Loading...
HomeMy WebLinkAboutContract 44496 (2)F��RT �t�RTH PROJECT MANUAL FOR THE CONSTRUCTION OF � ������ ���� N�� .. � � � � C j i� . SANITARY SEWER REHABILITATION CONTRACT 77 City Project No. 01489 Sewer No. P258-708170148983 DOE No. 6770 Betsy Price Tom Higgins Mayor City Manager S. Frank Crumb, P.E. Director, Water Deparhnent Doug W. Wiersig, P.E. Transportation and Public Works Department Director Prepared for The City of Fort Worth Water Department 2012 � , � . ��I■ ���� Schrickel, Rollins and Associates, Inc. �.ind>c.�p� nrchi�e� tur.� . c: ��il Cn�;inc��rinh f I.�nnin� � � w, , � t��`y m�ct`-,.t,� �Evmem�as_.;c,>n�.,-,'.,.,.-' : FORD P. LFlH!1�, JR. ; eaeL-v ae -. :: ,,,, 61619 � E8 a � �' - - -`F. S rro�_ r' +" .=, y 2 �c1��` Schrickel, Rollins and Associates, Inc. 1161 Corporate Drive West, Suite 200 Arlington, Texas 76006 Office: 817-649-3216 / Fax: 817-649-7645 www.sradesi�n.com TBPE REG # F-522 ��f"�a�,�, � � i� >�i� City of Fort Worth, Texas Mayor and Council Communication COUNC�L ACTIQN: Approved on 5/7/�Q13 » Ordin�nce No. 207�4-05-2Q13 DATE: Tuesday, May 07, 2013 LOG NAME: 60SS77-CONATSER REFERENCE NO.: **C-26231 SUBJECT: Authorize Execution of a Contract with Conatser Construction TX, LP., in the Amount of $638,703.00 for Sanitary Sewer Replacement Rehabilitation Contract 77 on Bryan Avenue, New York Avenue and Nine Alleys, Provide for Project Costs and Contingencies for a Project Total in the Amount of $728,703.00 and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 8 and 9) RECOMMENDATION: It is recommended that the City CounciL• 1. Authorize the transfer in the amount of $683,703.00 from the Water and Sewer Fund to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of $683,703.00 from available funds; and 3. Authorize the execution of a contract with Conatser Construction TX, LP., in the amount of $638,703.00 for Sanitary Sewer Replacement Rehabilitation, Contract 77. DISCUSSION: On April 5, 2011, (M&C C-24830) the City Council authorized an Engineering Agreement with Schrickel, Rollins and Associates, Inc., for Sanitary Sewer Rehabilitation, Contract 77 for the preparation of plans and specifications for replacement of deteriorated sanitary sewer mains. This Mayor and Council Communication is to authorize a construction contract for the replacement of the deteriorated sanitary sewer mains on the following streets and alleys: ' Street _ �From _ To � _� ; _�� _. _:W� ___� ;�Bryan Avenue ,�East Cantey Avenue �East Morningside Drive '; _ _ _ _ . _: ---_----_� _______.._ _ - ------ --._____ __._. _._. _ ....---------- ----... _ __.__.. _....__ ..__... _ , _ ,�New York Avenue ', East Morningside Drive , Robert Street ��Alley south of Marion Avenue � 340 feet east of Evans East New York Avenue ;' 3 ._ .... _____"""""'� ..... ______....._..:::. .... :� �W�_____�..�__ .... tAlley south of East Rober� Street New York Avenue -500 feet east of New ; C ; York Avenue ' € _��___—__� ���_.__�--� � T_ - ------_ ----__ --- _ _ - — --- —_ —_--- ---. � Iley south of Colvin Avenue ,�IH-35W �Evans Avenue � �A _ . `Alley south of Morningside Drive ; IH-35W �Evans Avenue _ .�. _ __ ___ _.�, ` 560 feet east of New ' Alley south of Cantey Street Mississippi Avenue � :� York Avenue � 3 _ __ _ __ _. _ _ —._-----. �r-------__�__.-.�__. _.._------_- --,i-_.�- ___.�::------ ---- ?�--- ---- Logname: 60SS77-CONATSER Page 1 of 3 Alley south of Lowden Street ;�IH-35W ';�Evans Avenue Iley south of Bowie Street New York Avenue 30 feet east of New ork Avenue Alley east of Grove Street __ _ Alley north of Cantey Street __ _ _ __ .__. East Cantey Street _ _ _. IH-35W �� East Morningside Drive _ _ _. Stuart Drive � The project was advertised for bid on November 15, 2012 and November 22, 2012, in the Fort Worth Star- Teleqram. On December 13, 2012, the following bids were received: M/WBE Office: Conatser Construction TX, LP., is in compliance with the City's BDE Ordinance by committing to 10 percent MBE participation on this project. The City's MBE goal on this project is 10 percent. In addition to the contract cost $20,000.00 is required for construction staking, project management, material testing and inspection and $25,000.00 is provided for project contingencies. The project is located in COUNCIL DISTRICTS 8 and 9. FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that 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 Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers 1&2) P258 476045 7091701489ZZ $683,703.00 2) PE45 538040 0709020 $683,703.00 2)P258 531350 709170148952 2)P258 511010 709170148980 2LP258 541200 709170148983 2)P258 531350 709170148984 2)P258 531200 709170148984 2)P258 531350 709170148985 CERTIFICATIONS: 3 000.00 3) P258 541200 709170148983 $638,703.00 3 000.00 $663,703.00 2 000.00 ` 2 000.00 $10, 000.00 Logname: 60SS77-CONATSER Page 2 of 3 Submitted for City Manager's Office by_, Originating Department Head: Additional Information Contact: Fernando Costa (6122) S. Frank Crumb (8207) Roberto C. Sauceda (2387) ATTACHMENTS 1. 60SS77-CONATSER COMPLIANCE.pdf (CFW Internal) 2. 60SS77-CONATSER FAR.pdf (CFW internal) 3. 60SS77-C�NATSER MAP 01.pdf (Public) 4. 60SS77-C�NATSER MAP 02.pdf (Public) 5. 60SS77 CC?NASTER A013.doc (Public) 6. PE45-538040-0709020.docx (CFW Internal) Logname: 60SS77-CONATSER Page 3 of 3 000000-1 TABLE OF CONTENTS Page I of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Insh•uctions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Foim Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nom•esident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Worlcers' 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 ' Ol 11 00 Summary of Work Ol 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings Ol 32 16 Construction Progress Schedule � O1 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services Ol 50 00 Temporary Facilities and Controls Ol 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporaiy Project Signage O 1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements O1 71 23 Construction Staking O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data Ol 78 39 Project Record Documents - CITY OF FORT WORTH Smaitary Seiver• Rehabilrtation Cw�h�ac177 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit�� Projec! No. 01989 Revised November 9, 2011 t� ��� i Division 00 - General Conditions 0 C[TY OF FORT WORTH ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sa�:ilnry Seirer Relrabi/itation Contrnct 77 Ciry Project No. 01489 000sis-i ADDENDA Page 1 of I SECTION 00 OS 15 ADDENDA � 0 � [Assenable��: For Cofatract Doczir�lent execzrtion, ��emove tl�is page afld replace with a�ry addef�da issz�ed din�i»g biddis�g.J END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revised July 1, 201 I Sanitary Seiver Rehabilitatron Contract 77 City Project No. 01489 001113-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Sanitary Sewer Rehabilitation Contract 77, City Project No. 01489 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, December 13, 2012, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major worlc will consist of the (approximate) following: 5,195 LF 8" Sewer Line by Open Cut, 815 LF 8" Sewer Line by Pipe Enlargement, 19 Standar•d 4' Diameter Sewer Manholes, 3 Standard 4' Diameter Drop Sewer Manholes, Recoimect 109 4" Sewer Services (Open Cut), Reconnect 26 4" Sewer Seivices (Pipe Enlargement, 1,820 LF I�VIAC Pavement repair, 105 SY 6" Concrete Pavement Repair, 140 SF of 4" Concrete Sidewalk Repair, 1,115 SF 6" Concrete Driveway Repair, 2,100 LF of Pre-Construction CCTV Inspection, 6,000 LF of Post-Construction CCTV Inspection, 1,290 LF of Sewer Line Abandonment, and 2,450 SY of Hydromulch Seeding. PREQUALIFICATION The improvements included in this project must be performed by a contractar who is pre- qualified by the City at the tiine of bid opening. The procedures for qualification 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 http://www.fortworth ov.org/purchasin�/ and clicicing 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 supplieis. Copies of the Bidding and Contract Documents may be purchased from: Schricicel, Rollins and Associates Inc., which is as follows, 1161 Corporate Drive West, Suite 200, Arlington, Texas 76006. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with filll size drawings: $60 for full size. Set of Bidding and Contract Documents with half size drawings: $40 for half size. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. CITY OF FORT WORTH Sanitary Seioer Rehabilitdtion Conh•act 77 STANDAR.D CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 00 11 13 - 2 INVITATION TO BIDDERS Page 2 of 2 INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Robert Sauceda, City of Fort Worth Einail: Rober/.Sna�ceda crEfor•t��>>or�tl�texas.� Phone: 817-392-8220 AND/OR Attn: Sanford P. LaHue, JR. P.E., Schricl<el, Rollins and Associates Email: SLaHue(c�s��adesigr�.com Phone: 817-649-3216 ADVERTISEMENT DATES November 15, 2012 November 22, 2012 END OF SECTION CITY OF FORT WORTH Sanila�y Seiver Rehabilitatio�T Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 00 21 13 - 1 INSTRUCT[ONS "I'O BIDDF,RS Page 1 of 9 S�CTION 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 BIDD�RS have the meanings indicated below which are applicable to both the singular and plurai thet•eof. 1.2.1. Bidder: Any person, firm, partneiship, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting dii�ectly through a duly authorized representative, submitting a bid for performing the worlc 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 Ciry (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nar 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 cuirently prequaliiied, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. 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 � Sanitary Seiver RehabiHtation Ca�h•aG �7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pi•oject No. 01489 Revised July 1, 2011 00 21 13 - 2 INSTRUCT[ONS TO BIDDERS Page 2 of 9 3.3. 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 infoi•mation as the City, in its sole discretion may require, includiug but not limited to manpower and equipment records, information about Icey personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the appai•ent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated tiine fi•ame. Based upon tlie City's assessment of the submitted information, a recomnzendatiou regarding the award of a contract will be nlade to the City Council. Failut•e to submit the additional infor•ination, if requested, may be grounds for i�ejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a reco�nmendation to the City Council. 3.4.In addition to prequalification, additional requirements for qualification may be required within various sections of the Contcact Documents. 4. Lxamination of Iiidding and �ontract Documents, Other Itelated Data, and Site 4.1.Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Pat�agraph 4.2, below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Worlc. 4.13. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Worlc. 4.1.4. Study all: (i) reports of e�plorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface sti•uctures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and dt•awings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on �le with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contcact Documents just as though sudl addenda were actually written into the original Contract Documents. No inforination given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH - Sa�zita�ySewerRehnbi/ilatio�r Conh�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 2011 00 21 13 - 3 INSTRUCTIONS TO f3IDDERS Page 3 of 9 4.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowiedge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its foriner conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Deiermine 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 malce 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 pt•oposal is prima-facie evidence that the Bidder has made the investigation, exaininations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in consh•uction and as indicated in the Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not tal<e advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such con•ections or interpretations as may be deemed necessaiy for fulfiliment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineet� guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identiiied and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "teclmical data" or any other data, interpretations, opinions or information. CITY OF FORT WORTH � Sanilu�y Seri�er Re/aabililcrtion Conh•acl 77 STANDARD CONSTRUCTION SPECIFICAT'ION DOCUMEN"I'S City Project No. 01489 Revised Juty 1, 2011 00 21 13 - 4 INSTRUC'I'IONS "I'O BIDDERS Page 4 of 9 4.3. The submission of a Bid will constitute au inconh•overtible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is prenlised upon performing and fi►rnishing 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 Coutract Documents, (iii) that Bidder has given City written notice of all conflicts, ei•►•ors, ambiguities and discrepaucies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey undetstanding of all terms and conditions for performing and fur•nishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), PetroleL�m, 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 Worlc 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 temporaty construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementaz•y Conditions. In the event the necessaiy right- of-way, easements, and/or permits are not obtained, the City reseives the right to cancel the award of contract at any time before the Bidder begins any constiuction 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 PORT WORTH - Sanilary Setive�� RehabilNalion Coitlract 77 STANDARD CONS'I'RUCTION SPECIPICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 6.1. All questions about the ineaning or intent of the Bidding Docuinents 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 inay not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throcicmorton Street Fort Worth, TX 76102 Attn: Robert Sauceda, Project Manager, City of Foi�t Worth Water Department Fax: 817-392-8195 Email: Robert.Sauceda(cr�foi-tworthtexas. o�v Phone: 817-392-8220 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: https://projectpoint.buzzsaw.com/client/fortworth�ov/Infrastructure%20Projects/01489 %20-%20SS%20Rehab%20Contract%2077/Bid%20Packa�e 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 inade payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder• to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. CITY OF FORT WORTH Sanitary Seiver Rehabilitatio�l Contr•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 201 I 00 21 13 - G INS'IRUCTIONS TO BIDDERS Page 6 of 9 � 8. Cont�•act Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, wiil be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or 'br-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 t�y 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 11.1. 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 fi�om the Office of the City Secretary. The Bidder shall submit the MBE/WBE Utilization Form, Subcontractar/Supplier Utilization Form, Prime Contractor Waiver Form andlor 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 inlc 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 entet•ed. Bidder shall state the prices, written in inic in both words and numerals, for which the Bidder proposes to do the worlc contemplated or furnish materials r•equired. 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. CITY OF FORT WORTH Sanitary Seiver Rehabilitation Conh•aci 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec� No. 01489 Revised July I, 2011 00 21 13 - 7 INSTRUCTIONS TO B[DDERS Page 7 of 9 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate offcec accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnecship name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. 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 official address of the joint venttu•e shall be shown. All names shall be typed or printed in ink below the signattue. The Bid shall contain an acicnowledgeinent of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone nuinber 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 Advei�tisement or INVITATION TO BIDDERS, addt•essed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marlced 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 tlu•ough the mail or other delivery system, the sealed envelope shall be enclosed in a separate euvelope with the notation "BID ENCLOSED" on the face of it. 14. Modiiication and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Ofiice 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 marmer 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 ace 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. CITY OF FORT WORTH Sur�ita��� Sewer Rehabi(itntion Co��tract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cil�� Project No. 01489 Revised July 1, 2011 00 2l 13 - 8 INSTRUCT[ONS TO BIDDERS Page 8 of 9 14.2. Bidders may modify their Bid by electronic communication at any time priot• to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place whei•e Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bicls 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 Successfiil Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves tl�e right to reject any or a1i Bids, including without limitation the rights to reject any or all nonconforming, nom•esponsive, 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, cont�•act 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 carrect sum. Discrepancies between wards and figures will be resolved in favor of the words. 17.1. l. 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 unsatisfactoiy manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH Sanilaiy Seu�er Rehabilitatror7 Contracl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01959 Revised July 1, 2011 00 21 13 - 9 1NSTRUCTIONS TO BIllDERS Page 9 of 9 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the Ciry. 17.6. Pursuant to Texas Government Code Chapter 2252.001, tl�e City will not award contract to a Nom•esident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Teaas resident bidder would be required to underbid a Nom•esident 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 awai•ded, City will award the Contract within 90 days aftec• the day of the Bid opening unless extended in writing. No other act of City ot• 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 Successfiil 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, Certi�cates of Insurauce, and all other required documentation. City shall thei•eafter deliver one fully signed counterpart to Contractor. END OF S�CTION CITY OF FORT WORTH Sanilary Seiver Rehabilitation Co�tlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 3 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT � � n Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclostu•e Statement (the attached CIS Form) below pursuant to state law. This affdavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Worlc. The referenced forms may be downloaded from the website linlcs provided below. http://www.eth ics. state.tx.us/foi-�ns/CIO._pdf http://www.ethics.state.tx.us/forms/CIS.pdf � CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: Company : (Please Print) Address City/State/Zip Signature: Title: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 (Please Print) Sanitary Seiver Rehabililalion Contract 77 Ciry Project No. 01489 0035 13 -2 CONFLICT OF INTEREST AFFIDAVIT Page 2 of 3 GC�PIFLIGT C�F [NTERE�T GtUESTIQhlNA[E�E For vendor vr ofher person doing business vrith tocal govemmental entity rnta quegf�onnasra rsne�ta changes made ta fn� �avr Gy H.B_ 149t. Bu{n Leg., Regms� seaeaon. This qvestioanaire es being filed in a000rdance with Ghapfer t?B. Lrncat Gavemernent Code Exy a persan wfso has a business reiationship as d�fined by Se�tiar� t78.L�] t(1-a}vriih a 1oc31 govemmental enEity �ryd the person meets �Quirements under SQctian t78.0�8(aj_ By tawthis guesfi�nnaire must be filed with fh� records adminisGatarcEthe t�at gavemm�entat EnEity r,oE taterthan the 7th twsiness day afterthe date the �rers4n becames awar� af Eacts thatrequire ths stat�mentEo be filed_ See S�eciior� 179.Q9�, LocaG Governmsnt Gade. !i person cammits an ofFens� if the person knowingiy v�a�Ees Seaiian 17B_US]B, Lo�l GavemmeniCode.An affense �mderthis sect4an is a Class C misdEmeanar_ Name of person who has a business refa6onship wiffi local Qovetnmerttal entif3r_ ❑ Checkfhisboxifyauarefilinganupdatetaaprevious[y�iledqu�stionnaira FC3RM GIQ o�cE usEow�r aate 6r.cv�t�' (The law requires that you file an updated comple#ed questionnaire with the appropriate filang au[harity not Ia�r tfian tfie 7th bus�ess day aftee the dafe the o�ig�iy f�ed questionnaire 6eoames incamplete or �accurate_} Name of local govemment officer wif6 wham fiter ha� emp{ayment ar husirsess relatfo�rship. t�ne of Oif�cer This section (it�m 3 induding subparts A, B, C� D) mers� be camplefed for each officer wth whom the f�ler has an �ployment oe ofh�r 6�iness relaf�ship as defined by Section 178.QQt{t-a}, Locaf Gavemment Cade_ Att�h add'it�onal pages ta this Fam Glti as necrssary. A. Is th� laca! gavemme�nt afficer named in lhis secSian recenrine or like►y lo receive taxable incAme, ather than inveshnent 'r�me, 5nm the filer of ttte questionnaire? � Ye�s � No B. !s fhe filer of the questionnaire receivaig or li[cc{y ta tec�ive taxabie �wme, other than investment incotne, from ar at fhe drediar o# the tocal govemment offic�r named in tf►� sectian �D the taxat�le incame is nat teceived fram the Iocal govemmenfal �rdFty? � Ye�s � Pto C. ls the filer of Nus ques6onna�e emplayed by a cotpora4on or other husiness entity wilh respect ta �fiich the laca! �ovemm� o6ic�r senres as an of�er ar director, ar ho(ds an ovme�ship af 10 petcenk or mwe? a Yes � Na D. Qescribe each emplayment or 6usiness relationship with the Ioca1 govemmeaE oEficxr named e� tf�s seetian. Sk�nature oi pcssm datng 6u�iness wttle �� go�.�emrr�en':a1 enllty �� A�apfed t�6t2912�Q7 C1TY OF FORT WORTH Sarritary Seiver Rehabilitatiai Corrtract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised Ju(y I, 2011 003513-3 CONPLICT OF INTER�ST AFFIDAVIT Page 3 of 3 LC►GAL GQ►VERNMENT OFFICER �C�RM �IS GOhlFLICTS DIS�LOSl1RE �TATEMEf�Ci' ((nstr�tc3ioess [wcample6ng and fifing this form are prrnided an the rrext page.j ThGe queattonnatre reRscfs ehangee msrFe ta the law Gy H.B_ 1E91, 8oth Le�, Raguf.ae saealan. �E���y This is ihe notice to the app�ro�priate focal gcsvemmental entity tfaai th� folla.vin� Icsc.at g�tvemmer�t offi�oer has become aware offacts that require the a4iicerto file itris staternsnt c� �cCr�ec� ir� accardance with �hapter i78, Lacaf Govetrnmerit Gode_ t Mame of Laeal �Gov�rnment Offiaer 2 Office Hetd 9 Name of person described 6y Sections 17fi_042(aj and 176_OQ3(aj, Loca[ Govemment Code 4 Description oftEte nature and extent of emp[oyment ar other 6usiness rela�ionship with person named in item 3 s �ist gifts acaepEed 6y the locai govemment officer and any farn�ly member, excluding giffs d¢scrib�d by Section 17�.003(a-1�, if aggregate value af the gifts accepted fram persan named io iEem 3 exc�ed �254 dur[ng tfie i?-month periad described by Sectian i76_003(aj(2�(8) Date GiRAccepted Description of Gift DaEe GiftAccepted Description of Gift Date GiftAccepted Description of Gift (aHach additionai fortns as nec�5s�y) � AFFIDA{dff I sw�ar uncser penalty c� perjury tt�t ihe atove statem�k Is trua �n car�ct. i acKnawtetlg�e t�at 11� disd�ure appiies to a 6amlry mertmer (as tletined Dy SedJan 176.�1(2J, �ocat Gwemmfnt Caie} od thfs tacal govEsrm�nt ollicec B aiso ackncNtfedge fhat (tUs smtem�t arrers the 12-rnonth perWtl tlescrbeA by ::ectln� 17b.a03{a}, LacaS GWemmc�nt Cade_ Slgna�re aT Lac� Gareenment 8tncer hFFI% NOTARY �TAMP i �EAL AriOVE Swom tn end suGsctmetl be3ore mt, byth� saiti ttrl5 lhs day Of . 20 ,1D CeNSy YJhlCtt,Vvl4rtG�s tny ftand anr➢ seai a?a411CG. stnnature oramcer aarnints.ertrrp oata� Pnntou nam� a4a�Ilceradrnln�lertn0 u�� 7t�e ad omceradmristerin9 aath Adopte�l �5f2812007 END OF S�CTION CITY OF FORT WORTH Sanita�7� Seiver Rehabililaliort Co�tiract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Pi�oject Na. 01989 Revised July 1, 2011 0o a i o0 B1D FORTf Page I of3 SGCTION 00 41 00 BID FORM TO: Ttie City Manager c/o: The Purchasing Department 1000 Throckmorton Street Ciry of Fort Worth, Texas 76102 FOR: Sanitary Sewer Rehabilitation Contract 77 City Project No.: 01489 1. �nter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreemeut with City in the form included iu the Bidding Documents to perform and fumish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated 'ui this Bid and 'ui accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Actrnowledgements and CertificaHon 21. In submitting this Bid, Bidder accepts all of the tern�s and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 23. Bidder certifles that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity �vith any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice° means a scheme or arrangement between rivo or more Bidders, �vith or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to l�arm, directty or indirectly, persons or their properiy to influence their participation ui the bidding process or affect the execution of the Contract. CITY OF PORT �VORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Smutnry Seiver Rehabilr(nlion Ca+trnef 77 Fomi Revised 20110627 Ci(y Projec( No. 0/489 0o a t o0 B[D FORM Page 2 oC3 3. Prequalificatimi The Bidder aclaiowledges that tlte following work types must be performed only by prequalified contractors and subcontractors: a. Sanitary Sewer Improvements 4. Time of Cmnptetion 4.1. The Work will be complete for Pinal Acceptance within 180 days after tlie date when ti�e the Coutract Time commences to run as provided in Paragrapl� 2.03 of the Ge»eral Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times speci6ed in the Agreement. 5. Attached to this 13id The following documents are attached to and made a part of this Bid: a. This Bid Fonn b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph S.O1 of the General Conditions. c. Proposal Fonn Section d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of interest Affidavit, Section 00 35 13 h. Any additional documents that may Ue required by Section 12 of the Instructio��s to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amoimt entered below is subject to verification and/or inodification by multiplying the unit Uid prices for each pay item Uy the respective estimated quantities shown in this proposal and tl�en totaling alf of the extended amounts. CITY OF PORT WORTH STANDARD CONST2UCTION SPEC[PICATION DOCtJMENTS Snnitmy Se�rcr Reha:ililnlion Caitrncl 77 Pom� Revised 20110627 Ci/p Projec! No. O1d89 0o a i o0 t�ia rown-f i>,6� , �,e � 7. [3id Submittal l his I3id is submittcd on :-i � ,- ,. Respectfully sub�� Si '�� [3>' . G!/ �<� ivtoilth DHy; Y�Ct�t' � by thc entity named below. D�c t 3, d,o � a- �%/ % v (Signature) ` ')�.Y�c�l Cp,r-�,.-t�{�r I� ii e Nf�ae I�era . (Printed Name) 1'iUe: 'I'itle E lefe' j�('G Cj 1 d P►/1'i Company: Compaiiy Nnme Hero , Co rt�� r�pY1 �I,t. c�f v�n 'T�C, l,tJ Address_ Address NIcYe �' jp)( �� t{ (,j�'` , Addmss,}-Cere or�Spnc�. ��j��-b (,�OY-b�1��,�`;' �" � �City, Stato''Lip Co;do [•Ioie.>:' "7(,���` �Q= „ � � State of Incorporation: Stniq.I�erC '���i, �'j � - `.: En,ail: Yotir�maitAddressHere '' J � rT�(�'�,(„�jj('j�;{,�i",(,�,�jyy� Phone: Your I'hono Numbec Here'' [�11� ��1.� �—! r% �-i 3 END OF SEC'CION CI Tl' nF FURT VVOR ii-1 tiTANi'�ARD CONSTRUCTION SPECJFICA'i(ON DOCUpfENCS Furm Reviscd 20110627 Receipt is aciuiowledged of the Collowing Addenda: 'Addendum No. 1: iddendum No. 2: �ddendum No. 3: Addendum No. 4: Corporate Se�l: 5a�acirt'.C�-�.rer Rc�lr,ihiG7nlion (',mn�ic! T iiii 1.' i � IIIU I'Rnl'l IC Vi I'i��r I �,(' til�;( I'IUV 110 d2 -13 PKt)P�1S,AL Fl�it�4 UNIT PI210E f3ID f3idder's flpplication �� f3idhst Item Specification (3id uanlil Unit of . No. tiertion No � Y Mcasure Uescripunn Unrt Price t3id Vnlue 1 33 31 20 5,195 LF 3331 5301, 8 �nch PVC Sewer Pipe, (All Oepths) F� M y Tw o _Douars and � � No Cenis per verticai foot. $ yaoo $ a�g, �an _ _ - - _ .. ._ �v 2 33 31 23 815 LF 3331.1102, 6 Inch to 8 lnch Pipe Eniargement S+Riy Fl�"� Dollarsand N 0 Cents per linear fool. $ � UO $ ,� �7 � 0� -- - - _ __. _ __ _ _. _ � 3 33 39 10 19 EA 3339.1001, Standard 4 Foot Diameler Manhole to 6 Foot Depth �''EG7�1D SqMd Dollars and i11 D Cents per each. $ 3�DOD•� g 5ii DOC�,V O __.._ 4 33 39 10 3 EA 3339.1002�S�ta�nda�r�d� 4 Foot qiameler Drop Manhole to 8 Foot Depth z�t?�--�;1•�••NdrQd Doilars and )v 0 Cents per each. � 3� b� �$ �(�i �OD •�� _ - -- _ .. _ . __. _ . _ _._-._. __- 5 33 39 10 43 VF 3339.1003, Add'tionai Depth Over 6 Foot Standard 4 Foot Diameter � Manhole��lfNdP9G� SiX�i� Dollarsand N 0 Cents per veriical toot. p0 00 . _ _. _ _ . . .- - - ._ ._. _ _ __ . _ __ - -- - _ _ _. . S _ �(p�� S . �p `g�Q� 8 33 05 17 27 EA 33 �Oe112, Con rete ollar pollars and ►+u,� ►J D Cents per each. UD � � _ _-- --. __ __ __ .._ _- --- _..___--� — - _. _ __. s. 5(aD�. s_ � 3� "st�o' 7 33 05 15 8 [A 33 011 Clay D�(� m __ __ _1�u'D�11Q i'QL� Dollars and � Cents per each. Ud 00 - _ ----.- ----._.._..-- -- ....__. ... --- ------ -- __ _ $ .��%'_ - $- ��o�.�'.___ 8 33 01 30 29 EA 3�01.0101, Vat� Manhole �a4 , Dollars and 1V Cents per each. $ � �D b O$ ^1 �1 ��' __..__ _ _..._ _... ---- --. _ - -------�� --- ��til . . ._ _ _ ___._ .. -- _ _ __. _ . . _ _. 9 02 41 14 18 EA 0 1.2201, R ove anh e - Doliars and N O Cents per each. $ �O� D Q� _ ---- -- - -- _ - ------- $_ 5�y�, --- _ _ _. _ 10 33 31 50 109 EA 3331.�nch ewe S�ic�, 2-Way Cleanout _s���Doliars and a0 cents per each. $��, d$ Crd � _ _�____ � - _ _.__ _ -- --... -------_ ' �-- it 33 31 23 28 EA 3331.t201 Servic Reipsfafement, Pipe Eniargement � �� � uUN�PG�] Doilars and Cents per each. �ad p O ----- - - - --.. _ _ _ __. s _. � __ __ $ / 3 Ocb� . - -- -- -- - --__ __ _ _ - r . _. . . - - 12 32 01 17 1,320 LF 32�1.0122 5- pt Wide Asphail Pavement Repair, Residenfiai 1"0 � � �� ✓ Z Dollars and NP Cenis per linear foot. Ob ���� /� _ . . ._ _ ._ _ - - - - -- _ _ -- - -- -- _ _ _ _ ___ _ $ �� � _.. _ -- 13 52 01 17 500 �F 3201.0r132, 5 Foot Wide Asphait Pavement Repair, Indusirial _�1 Z_}t`�—___ pollars and _ �1SZ__ --_— —Cents per Iinear toot $ ��.L}0 $ ��F�,�.(,Y.J _ _ __ _ _. �. , - 14 � 32 t�1 17 f,00p SY 3 01,0201 Asphal( F'vmt Re���ir I?eyond L)efinec!'Nidlh, � � � �� __ _ O< Ilars and -��_ _ .. __ E �n(5 per �quare yard- � (�� _ _. � ' t�' S l � �� C�Ci 1� 32 01 29 I05 S,Y 3701 0 11 � nrh C'� nuele f7avem�nt I?e�air � _�i ���/ �� a� �r poilars and 1�JZ_ � � ('Pn(s }>er ��erlir;al fWl 5 ���(il� $ �� i,.% �•� _ - _ 18 32 1:3 20 145 SF 3213,0301, 4 Inch Con<re(e Sid�vvalk -i���__ `_ _ __�'�'ilars and Cents per ,quare [oot. � � �' � _t� Q -- -- - - - � l . � �'%a, 17 3?_ 13 20 i, 1 15 Sf 32 y3 O�G Inch Cun�re(e Dri ir �✓ay -r' � Dollars and dd � 1 _ — -- l — L�✓. — _._Cen(5 pBf SqrJdrO (00l � � �'Q � ( � � � �(%. c I I1' ()i' i�(1!71� 1411�LI11 �;T \:^iUARI) (�)VS�I1iC(� 11�)`! �iPf lllit�A I I(h'i IY �� 1.,AIP,.: fS ,�,��,.. ... .,��,,.n�_...,� u_._. � , , ., i�,,,,. , uu�2d� I�ID 19tUPUSAI. Pagu 2 n( 2 sN;crto�v oo az �a I'Rt)I'C)SAL fc)RM uNiT l�alc� r�ln I3idcler's Applic�tion Projecl Ilem Infiimietion Bidder's Proposal l3idlisl Ifcm Specification �id uFuilit Unit of No. Seclion No. Q y Mensura Description Unit Price Bid V�luz 18 33 Ot 31 2,105 lF 3301.0001, Pre-ConslrucUon CCN Mspectlon � � Dollars and . � bl � Cents per linear foot. O� D� --- _ . _ .. --. _._ _. _-- ----__ ___—�. _ : .. 3�--- § �►3�5' 19 33 01 31 8,000 LF 3301 0002, Post•Conslruction CCN Inspection T'N � Dollars arid N D Cents per Ilnear foot. a a, Od �'� � p� _ — --- __ _ _ .___._.----------- -_-- - - - . 20 02 41 15 90 SY 024t.1000, Remove 8" Concrete Pavement ' �U1G I1 b � Dollars and —1� t? Cents per square yard. s �O Od $ � p„n�0� _ -- -- --•--- � C��� _._ __ ._ . ._ _ _..._._.._..__..._..___--- - - 21 02 At 14 q77 LF 0241.2102, Abandon 8" Sewer and fill with flowable flli � � Dollaro and oo U� Cents per Ilnear foot S Q', S�`p�/ •_ _.� - -- -- _. _ . _ _ _._- —, �._ — ---- •-•-------- - Q a (i� 22 02 41 14 808 LF 0241 2103,1 Abandon 8' Sewer and fill with Oowable flll � 1�1 1J [.. � �' Dollarg and /J D Cents per I(near toot. G� O� pb -- -- - _ s __ J ' _.. � 7,.�7a- _ __ _— ____---- --- -- -- --- —__.._ _ 23 32 92 13 2,450 SY 3292 �00�� ding, Hydromulch ,. �� _�oltars and _�L }.l Centa per square yard. Q, CJ'd � _._ _ - —_.. __.-----------� _. ------_----___ .- ---_ _. _ . $. .._ _ ._ _ . £. _ l, o2m?' ►. _ 24 33 05 10 5,195 lF 330 0109, Trench Safety System bver 8 Foot Depth � �Q e. � �ollaro and � �% � Cents per Iinear foo� Qd ._. ---- ___ _. _ _ . . _ - --_ _ _ _---------- �.�._—_ __.._ s .�., -.- � _15�5g5, 25 � 34 71 13 1 lS 71.0001, Tr �Ic Control Plaq, �esign and Inetali as Required -- Y� �1 A Dollars antl� � Centa per lump sum. g' �, $ ��,� Did Summery --__ __ Dese Did --- _ _- --- _ . _. _.._ - - ___ ._._ . _.._ _ __- ----. _. _ ._ .___.._ -------- ..--.___... ---- -- -..._ _ @ s. 'fotal liAse fild (• � ri � . AIlernete 13td Cnl�I Altcrnate ktid l7eeiucflva Alfern�te Ltfd lddilive,Vtern�tr Ilid �T"oMl l�edutt(ve Alternate kltJ� �Cotel Additive Alfernafe ( I I YOF I OR (\S�OIi fi 1 i 1".ANUAt2D CUDiS�lRl,('iION .tiPC•( IFl('A I IQN I)!)r_ I 11EN'IS ��nlmrv,S.�rnr R.�Lahiha�N,�.r ('.�,rm,r! �� ,,,�ui R�.. �d Lpi iJirti � 'a, � � � � 00 �,a i, iilt� BONi� i>�be i ,�r i SI�.C'I'[ON 00 d3 13 I31D 130ND 1<NO�V,ILL B1''1'HGSE PRI:S[:NTS: 'fh�t we, ([3idder Name) Company Name Ffere hereinafter called the Principal, and (Surety N.ime) � Sttrety NNnte Here � a corporntion or lirni duly authorized ro transact surety business in the State of' 'Cexas, heremafler c�lled the Surety, are held and Frmly bound unto the City, hereivafter called the Obligee, in the sum uf � � Spell Out Nunlbers Fiere and No/!00 Doliars � (� Numerais I[e1'e � 00), the payment of which sum �vill l�e well �nd lruly made and Ihe said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors ��nd assigns,joindy and severaily, finn by these presents. Wli[:REAS, the Principal has submitted a proposal to perfomi wark for the following project of the Obligee, identified ��s Sanitary Sewer RehabilitTtion Contract 77 0 NOW, "I'H[REFORE, if the Obligee shall award the Contract for the foregoing project to the Principll, and the Prineipal shaill s�tisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing widt the Obiigee in accordflnce ���ith the tern�s of such propos�l, then this bond shall be null and void. If the Principal fails to execute sudt Contract in accordance with the tenns of such proposal or Cails to satisfy all rec�uirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements ai�d conditions required for the execution of the Contract in accordance �vith the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, <ind shall be tiscd to compensate Obligee for the difference bet�veen Principal's "I'otal E3id Amount and the next selected Bidder's T��a� Bid Amot�nt. SIGNED this By: Company Name Here *I3y: Surety Nt�me I Iere *Attach Power of Attorney (Siirety) Cor AltoiYiey-in-Tact �ITY !)F P011l' 1VORTH 1i,AND,ARD CONS ffLU( ll�)N SPPCIFICATION DQCU�fENTS ���_ .� Re�.iseJ 2�ii;f;G', day of 2012. (Signature and Tide of Principal) , (Signature ofAtton�ey-of-fact) GNU OE SEC"I'IQN Impressed Surety Seal Only .� . ;.}',,��.,�/t,Irnlridnirin;;;':,nu�„��r '. UU-Ii y7 VI:N�)UIi 1�0�A1PLIA;IC1: I�U S'I�A71 I.:AW Pn�yc 1 ul' 1 st�:c��r�oN oo a3 3� V[:NDOR COIv1PI.lANC1:'1'O S'Tn'1'E LA1� NON RESfDENT' BIDll[R ('exas Guvernment Code Chtipter 2252 was adopted for the a�v;ud of contrz�cts to nonresident bidders_ �l�his la�v provides that, in order to be awarded a eontract as low bidder, nonresideut bidders (out-of-state contr�etors whose corporate offices or principal place of business are oulside the St�ite of 'I'exas) bid projects for construclion, iniprovements, supplies or services in'fcxTs at nn :unount lo�ver than the lowest Texas residcnt bidder by the same ;imoimt thz�t a'i'exas resident bidder �vould be required to underbid n nonresident bidder in order to obtein a comparable contract in the State �vhich Ihe nonresident's principal place of business is I��c<rted. "I�he appropriate blanks in Section A must be fiiled out by all nunresident bidders in order for your bid to meet specific�tiuns. "Che Iailure of nonresident bidders to do so will autom�llically �lisqualify that bidder. ResiJent bidders uiust uheck the box in Section B. A. Nonresident bidders in the State of Stt�te Here or Rlunk , our principal place of business, are required to be % f-iere percent lower than resident bidders by State Law. A copy of the statute is Ttlached. Notuesident bidders in tlie State of Slnte llerc or Bi�nk , our principal pl�ce of b�isiness, are not required to underbid reside��t bidders. B. The principal p(ace of busi��ess of our eompany or our parent company or majority o�vner is in the State of Texas. � I3IllUI,R: Caro�-t�e �' C�cMs-�ru �-F; �,-fX,1. p Company: Company Name Here By: Pri� ere e _�i.l'�jeV' l�� ��� ��J � .�'� %� Address: Address Here l.��g G��J�/ Address Here or Space �✓ '"� � (Signahire) City, State 7_ip Code Here F�Of-�t�vd{-�,1�1 � �� �%(0 I �q �� 'Pitle: Tide Here �f C�"p j(� Q y� -�— Date: D2C.. I� c�0 ) a-- I�:ND O1� Sl?C"TI(�N ��i ��ti� ur roa � woRrtt 5 CA.`!D.ARD CO�S i RUCI-ION SP[C Ifl('A�LION UU( 1,'VIFNTS .S,u� r�i� A���� rr� lE �h,�M1rlri,ui��r ���u;<<.r „ ��ann Rev�scd .101 It�M1�7 - � i'rit�l7�qril:A',� iIIJCJ 1 00 45 11 - 1 I3IDDGRS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS l. Summary. All contractors are required to be prequalified by the City prior to suUinitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Stateinent 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 Pt•equalification Application in accor�dance with the requirements below. The prequalification process will establish a bid limit based on a tecl�nical evaluation and financial analysis of the contracior. The information must be submitied seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accounts. 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 f� number. (3) The firm's DIINS number as issued by Dun & Bt�adstreet. This number is used by the City for required reporting on Federal Aid projects. The DLTN� 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. Prequaliiication Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy ' be submitted for consideration. CITY OF FORT WORTH - Sanitniy Seiver Rehabi(itation Conh•act 77 S1'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciq� Project No. 01489 Revised July l, 201 I 00 45 11 - 3 BIDDERS PRfiQUALIPICA'I'IONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequali�ed work types until the expiration date stated in the letter. END OI' S�CTION CITY OF FORT WOR"I'H STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS Revised July 1, 2011 Sa�rita�7� Sei��er Rehabililation Cor7tract 77 Ciry Project No. 01489 00 45 12 - 1 PRrQUALIPICATION STATGMENT Page 1 of I S�CTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procut•etnent is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Prequalification T e Contractor/Subcontractor Company Name Ex iration Date Sanitaty Sewer Im rovements The undersigned hereby certifies that the contractors and/or subcontractors descr•ibed in the table above are currently prequalified for the wor•k types listed. BIDDER: Company : (Please Print) Address City/State/Zip Signature: Title: Date: END OF SECTION (Please Print) CITY OF FORT WORTH Snnitai�� Seiver Rehabilitation Conb•ac177 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 201 I � F�RT�ORTH 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 Area Code Number Mark only one: Q Individual QLimited Partnership Q General Partnership Q Corporation QLimited Liability Company City State City State Fax Area Code Number Texas Taxpayer ldentiiication No. Federal Employers Identification No. Zip Code Zip Code E-mail Address DLJNS No. (if applicable) MAIL THIS QUESTIONNAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKIvIORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSIN�SS CLASSIFICATION The following should be completed in ordei• that we nlay properly ciassify your �rm. (Checic the block(s) which are applicable - Block 3 is to be left blanlc if Block 1 and/or Block 2 is checked) �has fewei• than 100 employees and/or �has less than $6,000,000.00 in annual gross receipts OR �does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORI�S Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF — 66" and greater, 350 LF and greater — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water• Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller CITY OF FORT WORTH TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sani��ry Seiver Rehabilitadon Conn�act 77 iEVISED July 1, 20ll City Project No. 0/489 00 45 13 - : BIDDER PIt�QUALIFICATION APPLICATIOA Page 3 of 8 MAJOR WORK CAT�GORI�S, CONTINU�D Sewer CIPP, 42-inches and stnaller Sewer• CIPP, All Sizes Sewer Collection System, Development, 8-inches and sma(ler Sewer Collection System, Urban/Renewal, 8-inches and smallec Sewer Co1lecYion System, Development, 12-inches and smallec Sewer Collection Systein, Urbat�/Renewal, 12-inches and sinaller Sewer Interceptors, Development, 24-inches and smaller Sewer Intet•ceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and srnaller Sewer Interceptors, Ui•ban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smallPr Sewer Pipe Eillargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-iuches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 10,000 square yards) Asphalt Paving Construction/Reconstiuction (10,000 square yards and GREATER) Paving Heavy Maintenance (LTNDER $1,000,000) Paving Heavy Maintenance ($1,000,000 and OVER) � Paving Construction/Reconstruction (LESS THAN 10,000 square yards) � Paving Construction/Reconstruction (10,000 square yards and GREATER) and Pedestrian Lighting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Snnitary Seii�e�• Rehabilitation Co�rlract 7� REVISED July 1, 201 I Cih� Project No. 01485 00 45 13 - 4 BIDDGR PREQIJALIFICAT[ON APPLICATION Page 4 of 8 l. List equipment which you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present business name? List previous business names 3. How many years experience in construction worlc has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor? 4. *What projects has your organization completed in Texas and elsewhere? LOCATION NAME AND DETAILED CONTRACT CLASS OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL AMOUNT WORK COMPLETED STATE TO WHOM YOU REFER * If requalifying only show work performed since last statement. [f so, where and why? f � complete a contract? If so, state the name of individual, other organization and reason. � i CITY OF FORT. WORTH '1I'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sanitn�7� Se���er Rel�abiliJation Conh•acJ 77 IEVISED July I, 2011 Ciry Project No. OI489 00 45 13 - i BIDDGR PREQUALIFICATION APPL[CAT[Or' Page 7of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the r•emainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a t•epresentation of equipment under the control of the firm and which is related to the type of work for whieh the firm is seel<ing quali�cation. I�i the description include, the manufacturer�, model, and general common description of each. CITY OF FORT WORTH STANDARD CONS"I'RUCTION SPECIFICATION DOCUMENTS Snni�ary Seirer Rehabrlitatio�� Conh�aet 7i REVISED July I, 2011 Cily P�'ojecl No. 01485 00 45 13 - 8 BIDDER PREQUAL[FICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT , ' STATE OF COUNTY OF iThe undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accornpanying this report Ias wall as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the faregoing stsatement that he/she is familiar with the books of the said entity showing its financial condition; that `the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the "':questions of the foregoing Bidder Prequali�cation Application are correct and true as of the date of this affidavit. ' 'iFirm Name: S ignature: i Sworn to before me this day of _ Notary Public Nota�y Public must not be an of�cer, director, or stocicholder or relative thereof. CITY OF FORT WORTH iCANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Snrrrta�y Seiver Rehabilitation Conh�act 77 i;'VISED July 1, 2011 Cit�� Projec! No. 01989 00 45 2G - t C;ON'I'RAC"COR COMPLIANCCi \Nl��ti WORKI:R'S COMPGNSATIf)N LAW Page I oC i S�CTION 00 4.5 2G CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSA'I'ION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Conh�actor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 01489. Co�itractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it �vill provide to City its subcontractor's certificates of compliance with worlcer's compensation coverage. CONTRACTOR: (�.D►►'Y�.tS� C' l.'(Nls-�,1"I.l L'f' JO�(1 ►�� l-� Company �(�. I�,�- vX I 5 ��-1 � Address 1-��r �. �e �+�-, , 1 X -1(� I l�1 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT 0 0 By: J e r c �o n�.-�se �' Pleas rint) _ -�.�Y._________ Signat�n�e: "' T le: pC'e51�E�1�1 -}- (Please Print) BEFORE ME, the undersigned authority, on this day personal(y appeared � �,� p�, Y" , known to me to be the person whose name is subscribe to the foregoing instrument, and acknowledged to me that he/she executed the same as the act a�id deed of �,�-�r'(������jg,-� �}(, (_,j'J for the pur•poses and consideration therein expressed and in the capacity therein stated. GNEN IINDER MY HAND AND SEAL OF OFFICE this I 3 t� day of �ec,erY► L�� ,c , 20�. ,�"�arr���a ` _� �``"�• °oL VICKI L. OLSON +0,• • (nF :, ; s Notary public, State of Texas '�,ha'i ° 1`,``,r`` My Commission Expires Nov�mbc�r 12, 2013 �W Notaiy Public in and for the State of Texas L,ND OF �ECTION crry or roa�r wox�rl� S"I'ANDAIZD CONSTRUC7'ION SYECIPtCAT[ON DOCUMENTS RcviScu' Jiily i, 2v11 Snrri/niy Seiver lZehnGi/ilalion Conl�-acl 77 CIIj, project No. 0l489 00 45 39 - 1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 S�CTION 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. 1Vi/VVI3E I'RQ.TECT' GQAI. The City's M/WBE goal on this project is 10% of the total bid. COMPLIANC� TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with 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 Office at (817) 212-2674. SUBMITTAL OF R�QUIl2ED DOCUII�NTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. �I'he Offeror shall deliver the M/WBE documentation in `person to the appropriate employee of the �vlanaging Depai•tmenYand obtain a date/time receipt. Such receipt shall be evidence that the City received flie �iocumentatiori�in the time allocated.�_ A fa�ed copy will not be accepted; END OF SECTION C1TY OF FORT WORTH Sanitary Seiver Rehabilitation Contract 77 STANDAIZD CONSTRUCT[ON SPGCIFICATION DOCLJMENTS Ciry Project Na. 01489 Revised September 13, 2011 00 52 43 - 1 Agreement Page 1 of 4 2 SECTION 00 52 43 AGREEMENT 3 THIS AGREEMENT, authorized on May 7, 2013 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Conatser Construction TX L.P., authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article l. WORK 10 11 12 13 14 15 16 17 18 19 20 Contractor shall complete all Work as speciiied or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Sanitcc��v Setiver Reh�rl�ilit�Ltivta Corat��act 77 Cit�� Pr°oLect No. 014�59, Y258-70170148983 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 180 Calend�af• days after the date 23 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 24 Conditions. 25 3.3 Liquidated damages 26 27 28 29 30 31 32 33 34 35 Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difiiculties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Fou�• Hunclred Th�enty Dollars ($420.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Snnitaiy Seu�ei• /ZelrcrGiliintion Contract 77 C:ilv Py'oject A�o. 014�59 005243-2 Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of Six Hundred T�hirty Ei h�housand Seven Hundred 39 three Dollars ($638, 703.00�. 40 Article 5. CONTRACT DOCLTMENTS 41 5.1 CONTENTS: 42 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. Attachments 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 (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond £ Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications speciiically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Proj ect's Contract Documents. 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. CITY OF FORT WORTH Sa�ritaiy Se���er ReJtU�lI1fG/ID/l C'aih�ncf 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 014sJ Revised August 17, 2012 00 52 43 - 3 Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 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 of�cers, agents, employees, subcontractors, licenses or invitees under this contract. This indemni�cation provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the dama�es bein� sou�ht were caused, in whole or in part, by anv act, omission or ne�li�ence 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. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemni�ication provision is speci�callv intended to operate and be effective even if it is alle�ed or proven that all or some of the damages bein� sought were caused, in whole or in part, by an.y act, omission or ne�li�ence of the city. Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH S�rnitary Seiver 2ehabrlilation Conh•�rct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Proj�ct Na O1489 Revised August 17, 2012 � �� ��� 00 52 43 - 4 Agreement Page 4 of 4 115 7.6 Other Provisions. 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 12� CONATSER Contractor: CONSTRUCTION 1'X, LP City of Fort Worth , By. Fernan o Costa g ; ,�� Assistant City Manager Y � � �(Signature) Date _S�/7 9 �? ;; \ -, Attest: (Printed Name) City S� (Seal) Jerry Conatser, President of T1tIe: Conatser Management Group, Inc. G.P. Address: 128 129 130 131 132 133 134 135 136 137 � �� � P.O.Box15448 M&C `Q� "Oappoa� Fort Worth, TX 76119 �� Date: - ���.YIa.Q City/State/Zip: Approved as to Form and Legality: r v�t � �� G�� Y�'� �� Date '"Doug�las VP�B1ack ,y� , ��, � j� v� K�c t�-- Assistant City Attorney APP OVAL RECOMMEN�D: �� S. Frank Crumb, P.E. DIlZECTOR, Water Department CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 � Snnitmy.Seti��er Reltabilitaliori Conh•nc( 77 C'iiv Project Na 01489 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 SECTION 00 61 13 PERFORMANCE BOND Bond No: 022045095 00 61 13 - 1 PERFORMANCE BOND Page I of 2 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, CONATSE� CONSTRiJCTION TX LP , known as "Principal" herein and LIBEI�TY MUT[TAL INSUf�ANCE CQ�'ANY , 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 frmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Six Hundred ThirY.y Eight. Thousand, Dollars sum of,Seven Hundred Three & 00/100 - - - - - - - - ($ 638, 703.00 ), 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, iirmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 7th day of Mav, 2013, which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as Sanita��v Semc�r� Izchabilitation Contrczct 77 22 C.'itv Project tVv. D1489, P258-70170148983 23 24 25 26 27 28 29 30 31 32 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Snrritay Seii�er Reltcrbi/itutiai Co�rU•nct 77 Crn� 1'rojec! A�o. 0/4S9 00 61 13 - 2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 G 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 7`�' day of M�av , 2013. ATTEST: (Principal) Secretary Witness as to Principal � Witness as to Surety Nikki L. Adams PRINCIPAL: I� Jerry Conat.ser, President of ConaY.ser Managemant Group, Inc.,GP Name and Title Address: p, 0. Box 15448 Fort Wortih TX 76119 SURETY: LIBE�TY MUiUAL INS[TI�ANCE CQ�'ANY BY• S' nature Glenn S. Davis, Attorne�—in—Fact Name and Title Address: 175 Berkeley Street Bostori;;MA 02117 Telephone Number: 972-233-9588 *Note: If signed by an officer of the Surety Company, there must be on iile a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitary Scivc�� Rehubilitnlion Co�th•act 77 Cin� Projecr A�a Ol4S9 Bond No: 022045095 00 61 l4 - 1 PAYMENTBOND Page 1 of 2 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 THE STATE OF TEXAS :K�111►�I 1►'L�7 5111I_ : : : ► SECTION 00 61 14 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § That we, CONATSEI� CONSTi�UCTION TX, LP , known as "Principal" herein, and LIBEI�TY MUTI7AL 1NSUI�ANCE ccNmAtav , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, S� Hundred Thirty Eight Thousand, in the penal sum of Seven Hundred Three and 00/100 ------ Dollars ($ 638, 703.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, suceessors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 7tli_day of May_, 2013_, which Contract is hereby referred to and made a 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 as provided for in said Contract and designated as Scz�zitcrr�� Se7ver Re{ruhilitcrtio�7 Cont�•cret 77 Ci PYo'c�ctNo. 014b'9 P258-7017014�983 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneiiciary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full 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. C[TY OF FORT WORTH Sani�n��> Seive�• Rehabililalion Con/ract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Project A/a 0/4S9 Revised July l, 2011 1 2 3 00 61 14 - 2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and ofiicers on this the 7`�' day of A�1��, 2013. PRINCIPAL: ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary Managesnent Group, Inc., GP Name and Title Address: P. 0. Box 15448 ForY. Worth, TX 76119 SURETY: LIBEEtTY MOZiTAL INSUI�ANCE C�ANY BY� , Si ature Glenna S. Davis, At.Y.orney-in-Fact Name and Title Address: 175 Berkeley Street ' / '� Boston, MA 02117 Witness as to Surety Nikki L. Adams Telephone Number: 972-233-9588 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address, both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 2011 S�nitarp Sc�i��er Ilehabilitation Co�th•act 77 Cih� Projc±ct l��o. O14S9 Bond No: 0224�'+5095 00 61 19 - 1 MA[NTENANCE BOND Page I of 3 1 2 3 4 5 6 7 SECTION 00 61 19 MAINTENANCE BOND 8 0 10 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we � CONATSEI� C:ONSTRiTc"i'T(N�i TX, i,P , known as "Principal" herein and LIBEI�TY MUT[TAL INSUUI�ANCE CCtKPANY , 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 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Six Hundred ThirY.y EighY. ousand, 12 in the sum of Seven Hundred Three and 00� 100 ------- Dollars 13 ($ 638, 703.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, iirmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 7th day of Mav, 201.3 „ which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Suni1ary Seti>>er Rchahrlitatio�2 Contract 77 City P1.ojec� No. 01489, P2a8- 7f11701489�5'3,_and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) vears after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. [Y�rsc:rt Projec� NameJ (Insert Projecf Ninnbe�J C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 61 19 - 3 MAINTENANCE BOND Page 3 of 3 IN WITN�SS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and ofiicers on this the 7'�' day of May____, 2013, PRINCIPAL: ATTEST: (Principal) Secretary Witness as to Principal ATTEST: : LP Jerry Conatser, President of Conatser Management Group, Inc., GP Name and Title Address: P. 0. Box 15448 Fort WorYh TX 76119 SURETY: LIBEI�TY MUTtJAL INSUI�ANC;E C�'ANY _ � BY: Si nature Glenna S. Davis AYtorney—in—Fact Name and Title Address: ]75 Berkelev Straet (Surety) Secretary Boston, MA 02117 .� Witness as to Surety Telephone Number: 972-233-9588 Nikki L. Adams *Note: If signed by an officer of the Surety Company, there must be on iile a certiiied extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July 1, 201 l [7nse�•t Pr�ject iVunicJ �b�sert Pr•oject Nim�be�J THIS POWER OF ATTORNEY IS NOT VAI.ID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney Umits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 55s�2ss American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company WestAmerican insurance Company '� 1 __: • ' _ �:1__ KNOWN ALL PERSONS BY THESE PRESENTS: ThatAmerican Fire & Casualty Company and The Ohio Casuaity Insurance Company are corporations duly organized under the laws of the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of ihe State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Carol�n Ma I�a.�s; c:ath� Vins�n; riPnna S. Davis• Greq A. Wilkerson• John R. Wilson � � J N Y � C� t � '� � � all of the city of Fort worth , state of TX each individually if ihere be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowiedge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. r— IN WITNESS WHEREOF, this PowerofAttomey has been subscribed by an authorized officeroro�cial ofthe Companies and ihe corporate seals of the Companies have been affixed thereto this 28th d8y of September � 2012 , ���� ��� �� +��� �i ���u�� ������ � ��� ��� � � American Fire and Casualty Company � � _�� -�y =��'� ,��`f � ,��`% `�{, �,�; �� �'�.� �.��. ~� �� The Ohio Casualty Insurance Company � cos,r �;r��,�r t�u�'c' s� � '�f " -�'f ��, ,/ c��a�u�t,�r�, �Ib2f� MUfUB� �I1SUf8fiC2 C.00l1 811 � �'' ,�z �u � i�s o. re�;ar�;� � �! ��f�1 ' x t�-� a�� Y p Y �� �� ��, �� � ���n ) �t �: t ¢t ,. Peerless Insurance Company P n x ± `�� ��;e� %, l. ` t � � ��.r'�� �`�s� � ��� ;L.��f � ;�b Yz,� /� � � „� �"c,�.,, ��`;� WestAmerican Insurance Company ��7� C��'" � ,« " ' � �'`.,m^ e� �. iy� :�u�,� � ��C �"�� "�C�`�`3 F C,�,�s*' — By STATE OF WASHINGTON ss Gregory W. Davenport, Assistant Secretary COUNTY OF KING On this 28th day of September , 2012 , before me personally appearetl Gregory W. Davenport, who acknowledged himseif to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and WestAmerican Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a tluly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. 2 } < `''' y�, ,{ , ��+L � '�i ,�r av By: .^t",--„ � !'�'v�4 KD Riley , Not Pubiic � �;' `' ^ �, ,,1�.. ,,;.,:.r�;;,,< � ' This Power ofAttorney is made and executed pursuant to and by authority of the foilowing By-laws antl AutHonzations ofAmerican Fire and Casuaity Company, The Ohio Casualty Insurance , Company, Liberty Mutual Insurance Company, WestAmerican Insurance Company and Peerless Insurance Company, which resolutions are now in fuli force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power ofAttorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, antl subject to such limitation as the Chairman or the President may prescribe, shail appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the Presitlent and attestetl to by the Secretary. Any power or auihority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as t6e chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowiedge and deliver as surety a�y and ail undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have fuil power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorneyin-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surery any and all undertakings, bonds, recognizances and other surety obiigations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced sig�ature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manualiy affixetl. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insuraoce Company and Peerless Insurance Company do hereby certify ihat the original power of attorney of which ihe foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect antl has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 7�1 day of �'�� , 20� 3. ��� €t2� }"Fya�g �� Ri' t�a'S���� ��A�� tf 4�a ��. �g gllT? iAytL�� �e i �eP��.� c� � . '�f ptJC v{�1Y P3 �3 O��s ���ft. � [e � �: �� � � ��?� �� �di J'LE �; � � �� 5� ja. � .�. . i<<„nr�.r��e�,s.c � � 1�$�i �� -m � gy; /' � i^s �� 9�43 � �����! �� ,��. ��;ro�� ��� f;;' "t � �"�' �� f ��- � ��:a�� � David M. Carey,Assistant Secretary `3*��, ,,.-��;:' ��..eayEs� =�'� Y�n�,,,... ., rv� -j ��'� �t`� � 1 � �R � ���b '��iY S.Q?A N�,,, � a= r,tst.tea `»� � � ��v"�N£ �t'`� a �Cl: �� �� r �, "��,��,�� �.. _,� � ��.�;< � �,.,�� y.>�_ � POA-AFCC, LMIC, OCIC, PIC 8 WAIC LMS_12873_041012 N � d c �Vl � .Q � — O vN �'W d C � O Q. Q M O� 3� O � a� No ;� o �� O C +�'+ d �a 3 >� �o et �� � M � c °P Oo v� H� 291 of 500 in II II . �.� ��� .-�-� � _ � i ���� 1 LJ.i:� Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 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: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: ht'tp:/hn�rn�v.tdi,state,t>c.us E-mail: ConsumerProtection(cr�,tdi.st�te.t�.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notce is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 , i SECTION 00 6125 CERTIFICATE OF INSURANCE I1 �� n 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 [Assembler: For Co��tract Docim�ent executio», remove t1�is page and r�eplace tia�ith sta�7dcrr�d ACORD Cer�tificate oflnstn•ance fo��m.J END OF SECTION I i, : CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 a n Sanitary Seiver Rehabilitation Conh•act 77 City Project No. 01489 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OP I'ORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 S i til�l�t'�T'v i��Iv��L �vi�i�i i ivi�S vr i t-ii-�, CONSTRUCTIOIV COI`1TRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology ..........................................................................................................1 1.01 Defined Terms ............................................................................................................................... l 1.02 Termiuology ..................................................................................................................................6 Article 2 — Preliminary Matters ................................................................ 2.01 Copies of Documents ........................................................... 2.02 Conunencement of Contract Time; Notice to Proceed ....... 2.03 Starting the Worlc ................................................................. 2.04 Before Starting Construction ............................................... 2.05 Preconstruction Conference ................................................. 2.06 Public Meeting ..................................................................... 2.07 Initial Acceptance of Schedules ........................................... ....................................................... 7 ....................................................... 7 ....................................................... 7 ....................................................... 8 ....................................................... 8 ....................................................... 8 ....................................................... 8 ....................................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3 . O 1 Intent ............................................................................ ................ . ... .. ........ ... ........... .................. ... . 8 3.02 Reference Standards ......................................................................................................................9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Contract Documents .................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.06 Electronic Data ............................................................................................................................11 Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Envirorunental Conditions; Reference Points ........................................................................................................... l l 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or• Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site ..............................................................................14 Article 5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insur�ance ................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ........................................................................................................19 6.01 Supervision and Superintendence ...............................................................................................19 C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 6.02 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 Labor; Working Hours ................................................................................................................20 Services, Matei�ials, and Equipment ...........................................................................................20 ProjectSchedule ..........................................................................................................................21 Substitutes and "Or-Equals" ....................................................................................................... 21 Concerning Subcontractors, Suppliers, and Others ....................................................................24 WageRates ..................................................................................................................................25 PatentFees and Royalties ...........................................................................................................26 Permitsand Utilities ....................................................................................................................27 Lawsand Regulations ................................................................................................................. 27 Taxes...........................................................................................................................................28 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 Wacranty and Guarantee ..........................................................................32 Indemnification.................................................................................................................:.......33 Delegation of Professional Design Services ..............................................................................34 Rightto Audit .............................................................................................................................. 34 Nondiscrimination....................................................................................................................... 3 5 Article7- Other Work at the Site ................................................................................................................... 35 7.01 Related Work at Site ...................................................................................................................35 7.02 Coordination ................................................................................................................................36 Article8- City's Responsibilities ................................................................................................................... 36 8.01 Communications to Contractor ...................................................................................................36 8.02 Furnish Data ................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Change Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Envu•onmental Condition ....................................................................37 8.09 Compliance with Safety Program ...............................................................................................37 Article 9- City's Observation Status During Construction ........................................................................... 37 9.01 City's Project Representative ..................................................................................................... 37 9.02 Visitsto Site ................................................................................................................................37 9.03 Authorized Variations in Work ..................................................................................................38 9.04 Rejecting Defective Work ..........................................................................................................38 9.05 Determinations for Work Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC[JMENTS Revised: November 9, 2011 At�ic!e ? � - �'hanges ;,, �yA ��� ♦.�� �l •y � � t �,�Jo�k ................................................................................ �� N �o V 1 111 LL V Vll\ l� U1111J LA 1C1. 10.01 Authorized Changes in the Worlc ...............................................................................................38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Eaecution of Change Orders ....................................................................................................... 39 10.04 Extt�a Work ..................................................................................................................................39 10.05 Notification to Surety ..................................................................................................................39 10.06 Contract Claitns Process ............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 CostoftheWork .........................................................................................................................41 11.02 Allowances ..................................................................................................................................43 ll.03 Unit Price Work ..........................................................................................................................44 11.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contcact Time .................................................................46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change of Contract Time ............................................................................................................47 12.03 Delays ..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................:............................................... 48 13.02 Access to Work ........................................................................................................................... 48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Worlc ........................................................................................................................49 13.05 City May Stop the Worlc .............................................................................................................49 13.06 Correction or Removal of Defective Worlc ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work ................................................................................................... 51 13.09 City May Correct Defective Worlc ............................................................................................. 51 Article 14 - Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values ...................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 FinalInspection ...........................................................................................................................55 14.06 Final Acceptance ......................................................................................................................... 55 14.07 Final Payment .........:....................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Clauns ........................................................................................................................ 57 Article 15 - Suspension of Work and Tet•mination ........................................................................................ 57 15.01 City May Suspend Worlc ............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience .......................................................................................60 Article16 - Dispute Resolution ...................................................................................................................... 61 16.01 Methods and Procedures .............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC[JM�NTS Revised: November 9, 2011 Article17 — Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice ......................................................................................:....................................... 62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ...............................................................................................................63 17.05 Headings ......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised: November 9, 201 ] 00 �a oo - t GENERAL CONDITIONS Page I oi62 ARTICL� 1— DEFINITIONS AND T�ItMINOLOGY 1.01 Defined Ter•ms A. Wherever used in these General Conditions or in other Contcact Documeuts, the terms listed below have the meanings indicated which ar�e applicable to both the slllgular and pitual thereof, and words denoting gender shall include the masculine, feminine and neuter•. Said terms are generally capitalized or written in italics, but not always. When used in a conte�:t consistent with the definition of a listed-defined term, the term shall have a nleaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documeuts 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. Ag�°eenaent—The written instrument which is evidence of the agreement betweeu City and Contractor covering the Work. 3. Application foi� Payn�ent—The form acceptable to City which is to be used by Contractor during the course of the Wot�lc in �•equesting 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 fi•iable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Adtninistration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Biddei• submitted on the prescribed form setting forth the prices for the Work to be performed. 7. 13idder The individual or entity who submits a Bid directly to City. 8. Biddi�g Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Reqzci�en�ents—The advei�tisement or Invitation to Bid, Inshuctions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. I3usiness Day — A business day is defined as a day that the City conducts normal business, generally Monday tlu•ough Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured fi•om midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oonoo-a GENERAL CONDITIONS Page 2 of 62 13. Change Of�deY A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date , of the Agreement. 14. City— The City of Fort Woi�th, Texas, a home-rule municipal coiporation, 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, eacl� of which is required by Charter to perform specific duties with responsibility for finai 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 Wark is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Woith, Texas. 17. Ciry Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contf•act Claim A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Cont�•act Documents—Those items so desigriated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Cont�^act 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 Worlc). 22. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor The individual or entity with whotn City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-3 GcNERAL CONDITIONS Page 3 of 62 25. Danzage Claims — A detnand for money or services arising fi�om the Project or Site fi�otn a third party, City or Conh�actor e�clusive of a Contr�act Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Di�°ecto�° of A>>iatiof� — The officially appointed Director of the Aviation Depai�tment of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Di�°ector of Pai�ks and Con�munity Seyvices — The officially appointed Director of the Parlcs and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Directo�° of Planning aT�d Developmeni — The officially appointed Director of the Planning and Development Departtnent of the City of Fort Worth, Te�as, or his duly appointed representative, assistant, oi• agents. 30. Directo�^ of Trai�sportatiof� Public Wof�ks — The officially appointed Director of the Transportation Public Worics Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Depai^tinent — The officially appointed Director of the Water Department of the City of Fort Wot•th, Texas, or his duly appointed representative, assistant, or agents. 32. Drau�ings That pai�t of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agf•eement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it ineans the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engif�eer—The licensed professional engineer or engineering firm registered in the State of Texas perfortning pi•ofessional ser•vices for the City. 35. Extra Wor1i — Additional worlc made necessary by changes or alterations of the Contr•act Documents or of quantities or for other r•easons for which no prices are provided in the Contract Documents. Extra work shall be part of the Worlc. 36. Field Order� A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECffTCATION DOCI7MENTS Revised: November 9, 2011 007200-4 GENERAL CONDITIONS Page 4 oC62 38. Final Inspectiora — 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 confortnance with the Contract Documents. 39. Gef�eNal Require�nents—Sections of Division 1 of the Contract Documents. 40. Hazaf�dous Et�vi��of�n�ental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to titne. 42. Lcna�s and Regatlatiof�s—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of worlc included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the ' Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oo�aoo-s GcNERAL CONDITIONS Page 5 of 62 51. Pr�oject Schedzrle—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of t(1e activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. P��oject—The Work to be performed utider the Contract Documents. 53. Pi°oject Re�J�esef�tatine—The authorized representative of the City who will be assigned to the Site. 54. Public tl�eetis�g — An announced meeting conducted by the City to facilitate public pai�ticipation and to assist the public in gaining an informed view of the Project. 55. Radioactive Mate��ial.—Solu�ce, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended fi•om titne to time. 56. Regular K�oi�kdng Hoz��s — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Sa�nples—Physical e�amples of materials, eqixipment, or worlananship that are representative of some portion of the Worlc and which establish the standards by which such portion of the Work will be judged. 58. Schedade of Szrbmittals A schedule, prepared and inaintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedzrle of Valzres A schedule, prepared and maintained by Contractor, allocating pot•tions of the Contract Price to various portions of the Worlc and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being fi�rnished by City upon which the Work is to be performed, including rights-of-way, per•mits, and easements fot• access thereto, and such other lands furnished by City which are designated fot• the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Worlc, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. SzcbcontNactoT� An individual or entity having a direet contraet wiih Contractor or with any other Subcontractor for the perfoi•mance of a part of the Worlc at the Site. C1TY OF FORT WORTH STANDAItD CONSTRUCTION SPECIPICATION DOCUMENTS Revised: November 9, 2011 007200-6 GENERA� CONDITIONS Page 6 of 62 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illush•ate some portion of the Work. 64. Successfiel Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementa�y Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Sarppliei^ A manufacturer, fabricatot�, supplier, distcibutor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Condrtions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. WoNk—The entire construction or the various separately identifiable pai�ts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of CeNtain Tern�s or Adjectives.� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oo�zoo-� GENERAL COiJDITIO��S Page 7 of 62 The Contcact Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an eaercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of lilce effect or impot�t are used to describe an action or determination of City as to the Worlc. It is inteYlded that such exercise of professional judgment, action, or deternlination 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 �here is a specific statement indicating otherwise). C. Defective: 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 Conh•act Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval i•eferred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, PeNfornz, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any cotnbination or similal• directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessaty 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-lcnown technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. A.RTICLE 2 — PI2ELINIINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Tifne; Notice to Proceed The Contract Time will comtnence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Novembet 9, 2011 oo�zoo-a GENERAL CONDITIONS Page 8 of 62 2.03 Sta�•ting 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 Const�°uction I3aseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Pf�econsti�uction Confe��ence Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule S.pecification 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 a1L 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 Speeifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a pai�t depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 �a oo - � GENERAL CONDITIONS Page 9 of 62 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the ct•oss refei•encing is provided in each section or whether or not the cross referencing is complete. 3.02 Refe��ei7ce Sta»da��ds A. Standards, Specifications, Codes, Laws, and Regulations l. Reference to standards, specifications, manuals, or codes of any tecimical society, oiganization, or association, or to Laws or Regulations, whether such reference be specific oi• 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, specifcation, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Ciry, 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 Ciry, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the perfor•mance of the Work or any duty or authority to undertalce responsibility inconsistent with the provisions of the Contract Docutnents. 3.03 , Reporting and Resolving Disci�epancies A. Reporti�ag Discr^epancies: Contractor's Review of ContNact Docun�ents Before Stariing Work: Before undertalcing each pai�t of the Work, Conh•actor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Conh•actor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has ach�al knowledge of, and shall obtain a written interpretation or clarification fi•om City before proceeding with any Work affected thereby. 2. Cont�actor's Revie�n of Contf�act Documents During Performance of WoNk: If, during the perfor•mance of the Worlc, Contt•actor discoveis any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Conh�actor shall promptly report it to City in writing. Cont��actor shall not proceed with the Worlc affected thereby (except in an emeigency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 00 �a oo - � o GENERAL CONDITIONS Page 10 of 62 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual lcnowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplen�enting ContNact Docun�ents 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 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised: November 9, 2011 oonoo->> GENERAL CONDITIONS Page 11 of62 B. The prohibitions of this Pai•agraph 3.05 will survive final payinent, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for recoi•d purposes. 3.06 Electf•onic Data A. Unless otherwise stated in the Supplementary Conditions, the data fiunished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in elect��onic media format of text, data, graphics, or other types at•e furnished only for the convenience of the receiving pat•ty. Any conclusion or information obtained or derived fi•om such elech•onic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media fonnat, the teansfeering party makes no representations as to long term compatibility, usability, or readability of documents resulting frotn the use of soflware application pacicages, operating systems, or computer hardware differing fi•om those used by the data's creator. A��'���� 4— A��7AI�,A�I�,�'I'�' Q�+' I,Al��?S; SITBSLTR�+A�� ArI� P�X�ICAIL C011TDI�'d�llT�; HAZARDOUS ENVIlZONMENTAL CONDITIONS; REFEI2ENCE POINTS 4.01 Availability 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. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordancc with thc Contcact Documcnts must considcr any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF POR1' WORTH STANDARD CONSTRUCTION SPECIFICATION DOC[7MENTS Revised: November 9, 2011 00 �2 00 - �2 GENERAL CONDITIONS Page 12 of 62 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsuiface and Physical Conditions A. Repoi�ts a»d Di°awings: The Supplementaiy Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Autho��ized: 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 identiiied in the Supplementaiy Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditio��s A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially fi•om that shown or indicated in the Contract Documents; or ' 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OI' FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 l 00 72 00 - 13 GEiJERAL COiJDiTiONS Page 13 of 62 then Contractor shall, promptly after becoming aware ther•eof and before fiirther disturbing the subsurface or physical conditions or perfornling any Worlc in connection therewith (eacept in an emeigency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjzrsti��es�ls Contractor shall not be entitled to any adjustinent in the Contract Price or Contract Time if Contractor lcnew of the existence of st�ch 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 Docuinents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Undefg��ozrnd Facilities A. Sl�own or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Undeiground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owneis of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 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 checicing all such information and data; b. locating all Undeiground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Worlc with the ownei•s of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Undergcound Facilities and repairing any damage thereto resulting fiom the Worlc. B. Not Shotivn or Indicated: If an Underground Facility which conflicts with the Worlc 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 Conh�act Documents, Contractor shall, promptly after becoming aware thereof and before fizrther disturbing conditions affected thereby or performing any CITY OP FORT WORTH STANDARD CONSTRUCTION SPECffICATION DOCUMENTS Revised: November 9, 2011 00 72 00-14 GENERAL CONDITIONS Page 14 of 62 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Docutnents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory e�cavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marlcing 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 propet-ty monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfiilly 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 Haza�dous Envi�onnaental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractof• on Tech�ical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not malce 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 007200- IS GENERAL CONDITIONS Page 15 of62 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained ui such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn fi•om any "technical data" or any sttch other data, interpreYations, opinions or information. C. Contt•actor shall not be responsible for any Hazardous Enviconmental 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 bi•ought to the Site by Contractor, Subconti•actors, Suppliers, or anyone else for whom Contractot• is responsible. D. If Contractor encounteis 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 Worlc 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 r•etain 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 Contt•actor does not agree to resume such Worlc based on a reasonable belief it is unsafe, or• does not agree to resume such Worlc under such special conditions, then City may order the portion of the Worlc that is in the area affected by such condition to be deleted fi•om the Work. City may have such deleted portion of the Worlc perfor•med by City's own forces or others. G. To the fullest extent perrr�itted by Lcnvs and Regtrlatioi�s, Contracto�� shall indemn� and hold harr�zless Cit}; fi^om and agaznst all claims, costs, losses, and dan�ages (including but not limited to all fees and charges of engineers, architects, attorneys, and othe� professionals and all cozri°t or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous ErtviNonme�tal Condition created by Conts�acto�� oT� by an}�one for� whom Cohtractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Conlractof° to indemn� any individual or entity , firo�n and against the conseqarences of that individztal 's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCI.JMENTS Revised: November 9, 2011 00 72 00 - 16 GENERA� CONDITIONS Page 16 oF62 ARTICLE 5— BONDS AND INSUItANCE 5.01 Licensed Szcreties and Insures�s All bonds and insurance required by the Contract Documents to be purchased and maintained by Contr�actor shall be obtained fi•om 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 Pef formance, Pay»�ent, af�d Maintenance I3onds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government , Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attoi�ney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 . Ce�tificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor• is required to purchase and maintain. 1. The cel�tificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS Revised: November 9, 201 I 00 �z oo - � � GENERAL CONDITIONS Page 17of62 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 conlplete in its entirery, and show complete insurance carrier natnes as listed in the current A.M. Best Properry & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. E�cept for woi•lcers' compensation, all insurers tnust have a minimum rating of A-: VII in the current A. M, Best Key Ratuig Guide or have t•easonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that i•equired, written approval of City is requit�ed. 5. All applicable policies shall include a Waiver of Subi•ogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementaty Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the Ciry 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. Unless otherwise stated, all required insurance shall be written on the "occut•rence 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 insur•ance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance subinitted to the City shall evidence such insurance coverage. � 9. Policies shall have no exclusions by endorsements, which, neithei• nullify or amend, the required lines of coverage, nor decrease the litnits of said coverage unless such endorsements are appi•oved 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 stocicholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oonoo- �s GENERAL CONDITIONS Page 18 of 62 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by Ciry. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a fiist-dollar basis, must Ue 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 statutoiy law, court decision or the claims history of the industiy as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Conzpensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutoiy 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 frotn 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 Worlc, or by anyone for whose acts any of them may be liable: l. 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. Comrnercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent eontractors, products/completed operations, personal injuiy, 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 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIJIvIENTS Revised: November 9, 2011 00 72 00 - 19 GENERAL COi�DITIONS I'age 19 of 62 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, coutrachial, personal injury, or advertising injtu�y, which at•e normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial cotnpleted operation exposure, the City may require the contractor to maintain completed operations coverage �for a minitnum oi no less than tlu�ee (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liabilily. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hii•ed and non-owned and provide indemnity for claims for damages because bodily injury oi• death of any petson and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Worlc, or by anyone for whose acts any of them may be liable. D. Railf°oad Pi�otective Ldability. 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 imtnediately notify City upon cancellation or other loss of insurance coverage: Contractor shall stop worlc until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds afu�' b�surance; Option to Replace If Ciry 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 Docutnents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Conh•actor in writing of such failure prior to the start of the Worlc, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S ItESPONSIBILITIES 6.01 SZrpervision and Superintende»ce A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such slcills and expertise as may be necessaiy to perforcn the Work in accordance with the Conh�act Documents. Contractor shall be solely responsible fot• the means, methods, techniques, sequences, and procedures of construction. CITY OF PORT WORTH STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS Revised: November 9, 2011 00 �a oo - 20 GENERAL CONDITIONS Page 20 of 62 B. At all times during the progress of the Worl<, 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; i�T�orking Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will uot 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 Equip��aent A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit ' of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of requu•ed tests) as to the source, lcind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCIJMENTS Revised: November 9, 2011 oo�aoo-zl GENERAL CONDITIONS Page 21 of 62 C. All materials and equipment to be incorporated into the Work shall be stoi•ed, applied, installed, connected, erected, pi•otected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as othe���ise may be provided in the Contract Documents. D. All items of standard equipment to be ineoi•porated into the Work shall be the latest nlodel at the time of bid, unless otherwise specified. 6.04 Pfroject Schec�ade A. Cont�•actor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requu�ements as it may be adjusted from time to time as provided below. l. Contractor shall submit to Ciry for acceptance (to the extent indicated in Paragraph 2.07 and the Gener•al Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requii•ements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedlile with a montl�ly progress payment for the duration of the Contract in accordance with the schedule specification O 1 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitzrtes and "Of�-E�ua7s" 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. l. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently sitnilar so that no change in related Worlc 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 equipmant will be considered functionally equ�l to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, sh�ength, and design characteristics; CITY Or FORT WORTIi STANDARD CONSTRUCTION SPECffTCATION DOCUMENTS Revised: November 9, 2011 00 �a oo - zz GENERAL CONDITIONS Page 22 of 62 2) it will reliably perform at least equaliy well the fiinction 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 Contcact Time; and 2) it will conform substantially to the detailed requirements of the item natned in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall cotnply with Section Ol 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the fimctions 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 achievetnent of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS Revised: November 9, 2011 00 72 00 - 23 GENERA� CONDITIONS Page 23 of 62 c) whether incorporaiion or use of the proposed substihrte item in connection with the Worlc is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substit�ite 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 Daulage Claitns of other contractoi•s affected by any resulting change. B. Substitute Constf�arctioi� Methods oi� Pi�ocedui•es: If a specific means, method, techniq�te, sequence, or procedure of construction is expressly required by the Conti•act 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. Contcactor shall malce 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 puisuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to fizrnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substihrte will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to fiirnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substihrte. Conts�actor sl�all indemn� arrd hold ha�°i�2less Cit�� and an.yone directly oN i�rdirectly er�2ployed by them fro�z �and against any anc� all clain�s, damages, losses and expenses (ancluding attor�eys fees) arising ozrt of the use of substit2rted n�aterials o�� equipn�e��t. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Conh•actor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substihite so proposed or submitted by Contractor, Cont��actor may be required to reimbuise City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for malcing changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting fi•om the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substihite or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SP�CIFICATION DOCUM�NTS Revised: November 9, 2011 oonoo-a� GENERAL CONDITIONS Page 24 of 62 G. Cit�� Sarbstitute Rei�raburse»�enf: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted fot' substitutions. 6.06 Concei�ningSubconlractoJs, Suppliers, and Otl�ers A. Contractor shall perform with his own organization, worlc 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 replacetnent, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to fiirnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may fi•om 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 Wo�nen O��ned Business Enterp��ise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enteiprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: l. Contractor shall, upon request by City, provide complete and accurate information regarding actual worlc performed by a MWBE on the Conh�act and payment therefor. 2. Contractor will not tnake additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debat•ment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be gcounds 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 Conh•act Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 �z oo - 2s GENERAL CONDITIONS Page 25 of 62 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or othei• individual oz• entity; noi• 2. shall create any obligation on the part of City to pay oi• to see to the payment of any moneys due any such Subcontractoi•, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for schedtiling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or fiirnishing any of the Work under a direct ot• indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities per•forming or fiirnishing any of the Worlc shall cotrununicate with City through Contractor. H. All Work performed foi• Contractor by a Subcontractoi• or Supplier will be pursuant to an appropt�iate agreement between Contractor and the Subcontractor or Sttpplier which specifically binds the Subconh�actor or Supplier to the applicable ternls and conditions of the Contract Documents for the benefit of City. 6.07 I�Yage Rates A. Duty to pay Pi^evailing 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 detet•mined by the City Council of the City of Foi�t Woi�th to be the prevailing wage rates in accordance with Chapter 2258. Such pt•evailing wage rates are included in these Contract Documents. B. Penal�y for Viodation. A Contt•actor or any Subconh�actor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worlcer 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. Cor�aplaints of Violations a�ad City Determinatioiz of Good Cazise. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall malce an initial determination, before the 31st day aftel• the date the City receives the information, as to whethec• 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 claitnants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progi•ess payments pending a final determination of the violation. C1TY OF FORT WORTH STANDAItD CONSTRUCTtON SPECIFICATION DOCIIMENTS Revised: November 9, 2011 00 72 00 - 26 GENERAL CONDITIONS Page 26 of 62 • 1: D. At•bitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or ai1 affected worker, shall be submitted to binding arbitration in accordance with the Teaas 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 l lth day after the date that arbitration is required, a district cow-t s11a11 appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acce�tance of the work, maintain records that show (i) the name and occupation of each worlcer 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 woricer. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payn�ents. 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 Govertunent Code. G. Postifzg of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. Pate�at Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, ContNacto�^ shall indenzn� and l�old harnaless City, fi^om and against all claims, costs, losses, and darrtages (including but not limited to all fees and cha�ges of engirreeNs, aNchitects, attorneys, and otheN professio�als and all cou��t or arbitration o�• other dispaste Nesolartion costs) arising out of or relating to any infi^ingenaent of patent ��ights or copyrights incident to ihe zrse in tlze peNformance of the Work or resztlting fi^onz CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 �z oo - z� GENERAL CONDITIONS Page 27 of 62 l%?2 II1C07^�701''QtlOT? Ii1 flJB N�OI^1C Of C!J?y Ti9V211t101?, L�2SlgY1, �7YOCeSS, �JT"OL7�LlC/, OI^ L�G'VICG' 1?Of SjJ2C fL'C7� ii� the Coi�tr•act Doci�me�ts. 6.09 Pef�mits ai�d Utilities A. Cosztr°actor obtarned peT�mits ca�d lice��ses. Contractor shall obtain and pay for all construction permits and licenses except those pi•ovided foi• in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessacy, 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 ownets for connections for providing permanent service to the Work. B. City obt�aif�ed pern�it.s a�d licei�ses. Ciry will obtain and pay for all permits and licenses as pr•ovided for in the Supplementary Conditions or Contract Documents. It will be the Contcactor's responsibility to cariy out the pr•ovisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are pennits the City will obtain if required: 1. Teaas Department of Transportation Permits 2. U.S. Army Corps ofEngineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits arrd licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquit�ed in accoi•dance 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 per•mits and licenses. 6.10 Lativs and Regzrlations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Worlc. Except where otherwise expressly requu•ed by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contc•actor performs any Worlc knowing or having reason to lcnow that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not litnited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 �a oo - as GENERAL CONDITIONS Page 28 of 62 court or arbitration ot� other dispute resolution costs) arising out of ar relating to such Work. However, it shall not be Contractor's responsibility to tnake 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 Woric may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equiptnent 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 cei�tificate issued to the Contractor in lieu of the ta� shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: l. Comptroller of Public Accounts ' Sales Tax Division Capitol Station Austin, TX 787ll; or 2. http•//www window state �.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site a�zd OtheN Areas: Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Conh•actor 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 e�ecution of the Worlc, the City may require the Contractor to finish the section on which operations are in progress before worlc is commenced on any additional area of the Site. CITY OF FORT WOR"CH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 29 GENERAL CONDITIONS I'age 29 of 62 3. Should any Damage Claim be made by any such ownei• or occupant because of the performance of the Worlc, Contractoi• shall promptly attempt to i•esolve the Damage Claim. 4. Pzr�sziant to Pai°agraph 6.21, Co��t��actof� shall ir�der»n�� u�?d hold hai°»�less Cit}�, fi�om ai�d agaif�st all clai»7s, costs, losses, and dan�ages a�°isii�g ozrt of oJ° redati�g to af�y claim or• actioJ�, legal or eqaiitable, b��ot�gl�t by c�ny szrch o���J7ei� oJ� occupant agcrif7st City. B. Renaoval of DeUris Dui�iJ�g Pe�forina��ce of the Yl�orlc.• During the progress of the Worlc Contractor shall keep the Site and other ai•eas fi•ee fi�om accumulations of waste materials, rubbish, and other debt•is. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaf�is�g: 24 houts after wt•itten notice is given to the Contractor that the clean-up on the job site is pi•oceeding in a manner unsatisfactoiy to the City, if the Contractoc• fails to correct the unsatisfactoiy procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic cotnmunication), and the costs of such direct action, plus 25 % of such costs, shall be deducted fi•om the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Wo!•k Contractor shall clean the Site and the Worlc and make it ready for utilization vy City or adjacent pr•operty owner. At the completion of the Work Contractor shall retnove from the Site all tools, appliances, construction equipment and lnachinery, and surplus materials and shall restoi•e to original condition or better all properry disturbed by the Work. E. Loadr.'ng Structaa�es: Contractor shall not load nor• permit any part of any structure to be loaded in any manner that will endanger the sti•ucture, nor shall Contt�actor subject any part of the Work or adjacent property to sh•esses or pressures that will endanger it. 6.13 Record Documet�ts A. Contractor shall rnaintain 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 Ordeis, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counter•part 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 a�d Pf�otection A. Contt�actor 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 responsibiliry for the safety of persons or property in the performance of theii• worlc, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF PORT WORTH STANDARD CONSTRUCTION SPECffICA'PION DOCUMENTS Revised: November 9, 201 I 00 72 00-30 GENERAL CONDITIONS Page 30 of 62 take all necessaiy precautions for the safety of, and shall pt•ovide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including tcees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for ' removal, relocation, or replacement in the couise of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of peisons or property, or to the protection of persons or property from datnage, 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 Undet�ground Facilities and other utility owneis when prosecution of the Woric may affect thetn, 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 refei�red 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 HazaNd Comn2unication P�^ograms 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 Ei��ergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCI.JMENTS Revised: November 9, 201 ] 00 72 00-31 GENERAL CONDITIONS Page 31 of 62 changes in the Work oc variations frotn the Contract Docutnents have been caused thereby or are required as a result thereof. If Ciry 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 fr�om the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract DocLiments, the City shall give the Contractor written notice that such work or changes are to be perfortned. 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 Ciry may talce such remedial action with City for�ces or by contract. The City shall deduct an amouut equal to the entue costs for such retnedial action, plus 25%, from any funds due or becotne due the Contl•actor on the Project. 618 Si�bnzitfcrls 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 miinber of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Par•agraph 6.18.C. Submittals submitted as herein provided by Contractor and reviewed by Ciry 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 requit�ements shown on the Drawings and Specifications. 5. For-Infortnation-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. G. 5ubmit require�l number uf Sauiples specifte�l in tlYc Sp�cif calions. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDAItD CONSTRUCTION SPECffICA'I'ION DOCUMENTS Revised: November 9, 2011 00 72 00-32 GENERAL CONDITIONS Page 32 of 62 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Woric performed prioj• to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: l. City will provide timeiy review of requit•ed 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 Wot�k, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation fi�om the requu•ements 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 Wof�k Except as otherwise provided, Conn•actor 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 Wa��ranty and Gua�•antee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: l. abuse, modification, or improper maintenance or operation by persons other than Conh�actor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or C1TY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCi7MENTS Revised: November 9, 2011 00 72 00 - 33 GEiVERA� CONDITIONS Page 33 of 62 2. normal wear and tear under normal usage. C. Contractor's obligation to perfonn 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 Cotttract Documents or a release of Conti•actor's obligation to pel•form the Worlc in accordance with the Contract Docutnents: 1. observations by City; 2. recommendation or payment by City of any progress or final paytneut; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Worlc or any pact thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by otheis; 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 fi•om the date of Final Acceptance of the Worlc unless a longer period is specified and shall fiu�nish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The Ciry will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor coveuants 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 offcers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMTIIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND B� EFFECTIVE EVEN IF IT IS ALL�GED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT 'WERE CAUSED IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR IVEGLIGENCE OF TIIE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defeuding against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and emPloyees, from and against auy and alt loss, damage or destruction of properiy of the City, arising out of, or alleged io at•ise out of, the work and services to Ue performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECff ICATION DOC[JMENTS Revised: NovemUer 9, 2011 00 72 00-34 GENERAL CONDITIONS Page 34 of 62 SPECIFICALLY INTENDED TO OPERATE AND B� EFFECTIVE �VEN IF IT I5 ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WER� CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of P�•ofessional Design Sen�ices A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents fot• a portion of the Wot�k or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design s�ivices or certifications by a design prof�ssional 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. Conh•actor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Aardit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate worlc space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCi.JMENTS Revised: November 9, 2011 00 72 00-35 GENERAL COi�DITIONS Page 35 of 62 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontl•actor reasonable advance notice of intended audits. C. Contractor and Subcontcactor agree to photocopy such documents as may be requested by the City. The City agrees to reimbutse Conh�actor for the cost of the copies as follows at the rate published in the Teaas Admiuistrative Code in effect as of the time copying is pet•foruled. 6.24 Noi�disci�zi�zi��ation A. The City is responsible for operating Public Transportation Pi•ograms atid implementing t�ansit- related projects, which are fiinded in part with Federal financial assistance awarded by the U.S. Deparhnent of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, coloi•, or national origin. B. Title VI, Civil Rights Act of 1964 as a»7ei�ded: Contractoi• shall comply with the requirements of the Act and the Regulations as fut•ther defined in the Supplementaiy Conditions for any project receiving Federal assistance. ?�'I'�C�,� 7 — �2'1��?? WO?�I£ A'� 'i'I�� SI�'� 7.01 Related Wo�^k at Site A. City may perform other woric related to the Project at the Site with City's employees, or other City contractors, or thcough other direct contracts therefor, or have other worlc performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor pr•ior to starting any such other work; and B. Contractor shall affot•d 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 oppoi�tunity for the introduction and storage of materials and equipment and the execution of such other worlc, and properly coordinate the Work with theiis. Contractor shall do all cutting, fitting, and patching of the Worlc that may be required to properly connect or otherwise make its several pai�ts come together and properly integrate with such other work. Contractor shall not endanger any worlc of othet•s by cutting, excavating, or otherwise altering such work; provided, however, that Conteactor 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 Worlc depends upon work pei•formed by others undet• this Article 7, Contractor shall inspect such other worlc and promptly report to City in writing any delays, defects, or deficiencies in such other worlc that r�ender it unavailable or unsuitable for the proper execution and results of Contractor's Work. Conteactor's failure to so repoi�t will constit�ite an acceptance of such other worlc as fit and proper for integration with Contractor's Worlc except for latent defects in the work provided by otheis. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUIvI�NTS Revised: November 9, 2011 00 72 00-36 GENERAL CONDITIONS Page 36 of 62 7.02 Coorc�inution A. If Cit�� 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 matteis to be covered by such authority and cesponsibility will be itemized; and 3. the extent of such airthority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICL� 8 — CITY'S RESPONSIBILITIES 8.01 Con�muf�ications to ConiNactor E�cept as otherwise provided in the Supplementaiy Conditions, City shall issue all communications to Contractor. 8.02 Fu�°nish 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 anc� Easenaents; 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 Cha�zge O�ders City shall execute Change Ordeis in accordance with Paragraph 10.03. 8.06 Inspections, Tests, aj�d Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. C1TY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 20ll 00 72 00 - 37 GENEt�AL CONDITIONS Page 37 of 62 8.07 Li»�itatio��s oi� Cit��'s Res�oi�sivilities A. The City shall not supervise, direct, or have contcol or authority over, noi• be responsible for, Contractor's means, tnethods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thec•eto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible fot• Contractot�'s failure to pei•form the Worlc in accordauce with the Conti•act Doc�iinents. B. City will notify the Conh•actor of applicable safety plans pursuant to Paragraph 6.14. 8.08 U�7discdosecl Hazai•dous Eni�i�°oT�me»tal Conditioi� City's t•esponsibilit�� with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance lvith Scfety Pr•ogram 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 DL)ItING 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 dur•ing 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 constcuction as Ciry deems necessaty in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Worlc. Based on information obtained duruig such visits and observations, City's Pt•oject Representative will determine, in general, if the Wor•lc is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to malce e�austive or continuous inspections on the Site to checic the quality or quantity of the Work. City's Project Representative's effor�ts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Docutnents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIP'ICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 38 GENERAL CONDITIONS Page 38 of 62 9.03 Autho�•ized Vai�ratiof�s ij� Worli City's Project Representative may authorize minor variations in the Worlc from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a fimctioning 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 Worlc involved promptly. 9.04 Rejectin�g Defective YVo�•k City will have authority to reject Worlc 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 �lesign concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations foi� Work Perfo�°med Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Cont�^act Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Conh•act 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 pr•ovisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the YTTork 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 Worlc involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extt•a 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 Conh�act Price, a Field Order may be issued by the City. CITY OF FORT WORTH ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 39 GENER/�L CONDI I IONS Page 39 of 62 10.02 Ui�airtl�o�•ized Cha�7ges if� dhe T�T�or°k Contractor shall not be entitled to an incr�ease in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as pt�ovided in Paragraph 3.04, eacept in the case of an emeigency as pcovided in Paragraph 6.17. 10.03 Executiot� of Chai�ge O��de� s A. Ciry and Contractor shall execute appropriate Change Ordeis covering: 1. changes in the Wor�k which are: (i) ordered by City p�u•suant to Paragcaph 10.O1.A, (ii) required because of acceptance of defective Worlc under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including airy undisputed sum or amount of time for Work actually performed. 10.04 Ext��a Wof•k A. Should a difference arise as to what does or does not constitute Extra Worlc, 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 ft�om the original Contract Documents as may be necessaiy to enable the City to prepare for permanent record a cor•rected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a fiill, complete and final payment for all costs Contractor incuis as a result or relating to the change or Extra Worlc, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged worlc as a result of the change or Extra Work. 10.05 Notr.'fication to Su�°ety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Worlc or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF PORT WORTH STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 40 GENERAL CONDITIONS Page 40 of 62 10.06 Contract Clai»�s Pf�ocess A. Cily's Decision Reqz�ii�ed: All Contract Ciaims, 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 eaercise 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. Wr�itten 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 Clailn shall rest with the party making the Contra�t Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City ' allows additional time for Contractor to submit additional or more accurate data in suppoi�t 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 Conh�act 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 Conhactor within 30 days after� receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resohition of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC[JMENTS Revised: November 9, 201 I 00 72 00-41 GENERHL CONDITIONS Page 4 l of 62 D. City's wi•itten action under Paragraph 10.06.0 will be final and binding, unless City ot� Contractor invoke the dispute resolution procedure set fot�th in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Titne will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF TH� W012K; AI�LOWANCES; LTNI'� P12IC� WORI�;1'I�E1NS QUANTITY MEASLIREMENT ll.O l Cost of t1�e Woi•k A. Costs I�clzrded: The term Cost of the Worlc means the stim of all costs, except those e�cltided in Paragraph 11.O1.B, necessarily incurred and paid by Contractor• in the proper performance of the Work. When the vahie 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 Worlc. 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: 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 Worlc. 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% marlcup, or b. salaries and wages ph�s the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll ta�es, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Worlc outside of Regular Working Houis, Weekend Worlcing Houis, 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 transpor�tation and storage thereof, and Suppliers' field services required in cotmection therewith. 3. Rentals of all construction equipment �nd machineiy, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transpoi�tation, 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, machinety, or parts shall cease when the use thereof is no longer necessary for the Worlc. CITY OP FORT WORTH S1'ANDARD CONSTRUCTION SPECIFICATION DOCUMBNTS Revised: November 9, 2011 00 72 00 - 42 GENERAL CONDITIONS Page 42 of 62 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contr•actor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subconti•actor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Worlc 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 litnited to engineers, architects, testing labot�atories, surveyors, attorneys, and accountants) employed for services specif cally related ' to the Work. 6. Supplemental costs including the following: a. The propot�tion of necessaiy transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Worlc. b. Cost, including transpor�tation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workeis, which are consumed in the performance of the Worl<, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Worlc, 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 periy cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 00 72 00-43 GENERAL CONDITIONS Page 43 of 62 h. The costs of premiums for all bonds and 'uisui•ance Contcactor is i•equired by the Contcact Documents to pucchase and maintain. B. Costs Excluded.• The term Cost of the Worlc 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 managets, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and conh•acting agents, expeditels, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site oi• in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedt�le of job classifications r•eferred to in Paragraph ll.01.A.1 or specifically covered by Pai•agraph 11.O1.A.4, all of which are to be considered administrative costs covei•ed by the Contractor's fee. 2. E�penses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs du� to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Worlc, disposal of materials or equipment wrongly supplied, and making good any damage to propet�ty. 5. Other overhead or general expense costs of any kind. C. Conlractor'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 Wor�k covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Worlc, Conti•actor's fee shall be determined as set foi�th in Paragraph 12.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.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 Worlc so covered to be performed for such sums and by such persons ot• entities as may be acceptable to City. B. Pf�e-bid Alloinaf�ces: 1. Contractor agrees that: CITY OF FORT WORTH STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 00 �z oo - aa GENERAL CONDITIONS Page 44 of G2 a. the pt�e-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 fot� unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Alloivance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior• to final payment, an appropriate Change Order wiil 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 Uf�it Price Wo��k A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Worlc are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Conh•act Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Inc�eased o�° Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered worlc will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS Revised: November 9, 2011 0o n oo - �+s GENERAL CONDITIONS Page 45 of 62 2. If the changes in quantities or alterations significantly change the character of work, the Contcact will be amended by a Change Order. 3. If no unit prices exist, this will be considerecl Eah�a Woi•k and the Conti•act will be amended by a Change Order in accor•dance with Article 12. 4. A significant change in the character of wor•lc occurs when: a. the character of work foi• any Item as altel•ed diffei•s tnaterially in kind or natut�e fi�om that in the Contract or b, a Major Item of worlc varies by more than 25% fi�om the original Contract quantity. When the quantity of work to be done under any Major Item of the Contcact is more than 125% of the original qtzantity stated in the Contract, then either pai�ty to the Contract inay request an adjustment to the unit price on the portion of the worlc that is above 125%. 6. When the quantity of worlc to be done undei• any Major Item of the Conh�act is less than 75% of the original quantity stated in the Contract, then either pacry to the Contract may request an adjustment to the unit price. 11.04 Plans Quanfity Measui•en2es�t A. Plans quantities may or may not represent the exact quantity of worlc performed or material moved, handled, or placed during the e�ecution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Ai�ticle. B. If the quantity measured as outlined under "Price and Payment Proceduces" vai•ies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) fi�om the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantiry 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 Itetn is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS Revised: NovemUer 9, 2011 00 72 00 - 46 GENERAL CONDITIONS Page 46 of 62 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CIIANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Cl�ange 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 Worlc 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 Contt•act Docttments, 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 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 incurred under Paragraphs 11.Ol.A.l, 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 fixed 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 007200-a7 GENERAL CONDITIONS Page 47 of 62 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contcactor will each be paid a fee of five percent (5%) of the ainotnit paid to the neat lower tier Subcontractor, however in no case shall the cunnilative total of fees paid be in excess of25%; c. no fee shall be payable on the basis of costs itemized under Pat�agraphs 11.O1.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contcactor to City for any change which results in a net decrease in cost will be the atnount of the actual net decrease in cost plus a deduction in Conh•actor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Chcn�ge of Coi�tract Tir��e A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Eatra Work or for claimed delay unless the Extra Worlc contetnplated or claimed delay is shown to be on the critical path of the Project Sched►ale or Contractor can show by Critical Path Method analysis how the Eatra Worlc 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 Worlc 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 worlc as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive retnedy for the delays described in this Paragt•aph. 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, ai•chitects, 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 cont�•ol of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Conh•actor. D. The Contractor shall receive no compensation for delays or hindrances to the Worlc, 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 fiu•nished by the Ciry. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOC[JMENTS Revised: November 9, 201 I 00 72 00 - 48 GENERAL CONDITIONS Page 48 of 62 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEF�CTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observatiotl, inspection, and testing. Contractot• shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they tnay comply therewith as applicable. 13.03 Tests ar�d Inspectio»s 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 Conh�act Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or pai�t 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 acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Conh�actor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other sitnilar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-49 C`itNERAL CONDITIONS Page 49 of 62 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 (ot� the work of others) that is to be inspected, tested, or approved is covered by Contractor• without written concurrence of City, Contt�actor 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 tnalce a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Ui7covering Woi�k A. If any Worlc is covet�ed contraly to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for Ciry's observation and replaced at Contractor's expense. B. If Ciry considers it necessaiy 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 malce available for observation, inspection, or testing as City may require, that portion of the Work in question, fiirnishing all necessai•y 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 all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Worlc 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 Worlc. 2. If the uncovered Worlc 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 Worlc in such a way that the completed Work will conform to the Contract Documents, City may order Conh�actor to stop the Worlc, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractar•, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPGCIP'ICATION DOCUMENTS Revised: November 9, 2011 00 �z oo - so GENERAL CONDITIONS Page 50 of 62 Subcontractor, any Supplier, any other individual or entity, or any surety for, or etnployee or agent of any of them. 13.06 Co�°f�ection or Removal of Defective Lttoi•k 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 Woric 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 liinited 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 worlc of others). Failure to require the removal of any defective Work shall not �onstitute acc�ptance of su�h Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Cori°ection PeNiod 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 therefi�om. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS Revised: November 9, 2011 oo�zoo-si GENERAL CONDITIONS Page51 of62 C. Iu special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Woi•k, the correction pei•iod for that item may start to run fi�onl an earlier date if so provided in the Contract Documents. D. Where defective Worlc (and damage to other Work resulting therefi�onl) has been corrected or i•emoved and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Worlc may be required to be e�tended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Conti•actor should such additional warranry coverage be required. Contcactor may dispute this rec�uirement by filing a Contract Claim, purst�ant to Paragraph 10.06. E. Contractor's obligatious uuder this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptai�ce ofDefective Worlc If, instead of requiring correction or removal and replacement of defective Work, City pr•efers to accept it, City may do so. Contractoi� 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 Worlc and for the diminished value of the Worlc to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incot•porating the necessary revisions in the Contc•act Doctunents with respect to the Worlc, 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 Wof�Ic A. If Contractor fails within a reasonable time after written notice fi•om City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Worlc in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Conh�act 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 fi•om 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 matei•ials and equipment incor�orated in the Work, stored at the Site �r for which City has paid C�nti•actor Uut which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractots, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCITMENTS Revised: November 9, 2011 00 �2 00 - sa GENERAL CONDITIONS Page 52 of 62 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph ���� 13.09 will be charged against n°actaDocuments�vvithg e0 dtrto the Worlcdand�Ciry shalltbe necessary revisions in the Co � entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an eatension of the Contract Titne because of any delay in the performance of the Worlc attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Scl�edule of Vala�es 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 accep ta b le t o C i t y. P r o g r e ss pa yments on account of Unit Price Work will be based on the number of units completed. 14.02 Progs�ess Payments A. Applzcatio�as fof� Paymenis: l. 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 cov nin�go u ntat o asl str qui edtby hae ConthactDolcuments.nd accompanied by such support g 3. If payment is requested on the basis of materials and equipment not incorporated in the Worlc 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 tliat the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 53 GEiVtRAL CONDITIONS B. Reviei�� ofAp�licatioi�s: Page 53 of62 1. City will, after receipt of each Application for Paynlent, either indicate in writing a 1•ecommendation of payment or return the Application to Contractor indicating reasons for refiising payment. In the lattei• case, Contractoi• may malce the necessary cor•rections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's obsei•vations of the e�ecuted Woi•k, and on City's review of the Application foi• Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Worlc has pi•ogressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Worlc as a fiinctioning whole prior to or upon Final Acceptance, the results of any subseqtlent tests called for in the Contract Documents, a final determination of quantities and classifications fot• Woi•k performed under Paragraph 9.05, and any other qualifications stated in the t�ecommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to checic the quality or the quantity of the Work as it has been performed have been exhaustive, eatended to every aspect of the Worlc 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 Worlc. 4. City may refuse to process the whole or any part of an y payment because of subsequently discovered evidence or the i•esults of subsequent inspections oi• tests, and revise or 1•evolce any such payment previously made, to such extent as may be necessary to protect City fi�om loss because: a. the Worlc is defective, or the completed Worlc has been damaged by the Conn�actor 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 Ordeis; City has been required to correct defective Paragraph 13.09; or Wor•lc oi• complete Worlc in accordance with CITY OF FORT WOItTH STANDARD CONSTRUCTION SPECIFICATION DOC[IMENTS Revised: November 9, 2011 00 �2 00 - sa GENERAL CONDITIONS Page 54 of 62 e. City has actual Icnowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2, For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall retnain uticompleted after the ticne specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted fi•om the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E, Payment: Contractor will be paid pursuant to the requirements of this Articie 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, e�cept 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 enumet•ated 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 Contf�actor's Warranry 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 fi•ee and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS Revised: November 9, 201 I 00 �2 00 - ss GENERAL CONDITIONS 14.04 Pai°tiad Utilizcztro�� Page 55 of 62 A. Prior to Final Acceptance of all the Work, City may use ot• occupy any substantially coinpleted pai•t of the Worlc which has specifically been identified in the Contl•act Documents, or which City, detertnines constitutes a sepai•ately functioning and usable part of the Worlc that can be used by City for its intended purpose without significant interference with Conh�actor's performance of the remainder of the Work. City at any tiine may notify Contractor in writuig to permit City to use or occupy any such pai•t of the Woi•k which City detei•mines to be ready for its intended use, subject to the following conditions: 1. Contractor at any tinle may notify City in writing that Contractoi• consideis any such part of the Work ready for its intended use. 2. Within a reasonable titne aftei• 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 stah�s of completion. If City does not considei• that pai�t of the Work to be substantially complete, City will notify Contractor in writing giving the reasous thel•efor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Worlc is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractot• in writing of all pai�ticulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately talce such tneasures as are necessary to complete such Worlc 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 Worlc 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 additioual Worlc identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OP PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCtJIvI�NTS Revised: November 9, 201 I 00 72 00 - 56 GENERAL CONDITIONS Page 56 of 62 14.07 Final Payment A. Application fof° Paynzent: 1. Upon Final Acceptance, and in the opinion of City, Contractor may malce 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 (eacept as previously delivered) by: a. all documentation called for in the Contract Docutnents, including but not limited to the evidence of insurance 1•equired by Paragraph 5.03; b. consent of the surety, if any, to final paylnent; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payinent Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payinents made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Conh�actor ol; 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 Ciry shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Cotnpletion Delayed and PaNtial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, malce payment of the balance due for thai portion of the Worlc 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 fiirnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OP PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 20ll 00 72 00-57 GENERAL CONDITIONS Page 57 of 62 pot•tion of the Work fully completed and accepted shall be submitted by Conti•actor to City witl� the Application for such payment. Such payinent shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Pai�tial Retaiiuzge Release. For a Contract that provides for a separate vegetative establishmellt and maintenance, and test and perfortnance periods following the completion of all other• construction in the Contract Documents for all Work locations, the City may release a pot�tion of the amount retained provided that all other work is coinpleted as determined by the City. Before the release, all subinittals and final quantities must be completed and accepted for all other worlc. An amount sufficient to ensure Contract compliauce will be retained. 14.09 Waivei� of Claims The acceptance of final payment will constitute a release of the City froin all claims or liabilities under the Contract foi• anything done or fiirnished 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 — SUSP�NSION OF WORK AND TEI2MIlVATION 15.01 City May Suspend Woi�k A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fi� the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During tetnporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by muhial consent of the Contractor and City that a solution to allow consh•uction 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 necessaiy 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 talce every precaution to prevent damage or deterioration of the worlc performed; he shall provide suitable drainage about the worlc, and erect tempot�ary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equiptnent off the job and rehzrning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OP FORT WORTH STANDAItD CONSTRUCTION SPECIFICATION DOCLJMENTS Revised: November 9, 2011 00 72 00 - 58 GENERAL CONDITIONS Page 58 of 62 15.02 City May Ter�ninate for Ca�se 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: l. 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 fi•om 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 authoriry 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 Ciry; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefi�om for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Worlc satisfactorily; or 8. Contractor commences legal action in a coui�t of competent jurisdiction against the City. B. If one or more of the events identified in Paragaph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Conh•actor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally tet•minate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Worlc. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS Revised: November 9, 2011 00 72 00 - 59 GENERAL CONDITIONS Page 59 of 62 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety fc•om the site and take possessioti of the Work, and all materials and equipment incorporated into the Work stored at the Site or foi• which City has paid Contt�actor oi• Stuety but which ai•e stored elsewhere, and finish the Worlc as City may deem eapedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Worlc 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 fi�om 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, pt•ovided that when exercising any i•ights or i•eilledies under this Paragraph, City shall not be required to obtain the lowest peice 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 Worlc, or• any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in cotnpleting the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractot•'s failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Conh•actor's and Surety's responsibilities as provided for in the bond requireinents 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 fi•om liability. E. If and to the extent that Contractor has pt•ovided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OP FOR'I' WORTH STANDARD CONSTRUCTION SP�CIFICATION DOCIJMENTS Revised: November 9, 20] 1 00 72 00-60 GENERAL CONDITIONS Page 60 of 62 15.03 City May Tef�minate Foi• Convenief�ce A. City may, without cause and without prejudice to any other• right or remedy of City, terminaie 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 contt�act is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise dii�ected by the City, the Contcactor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no fiirther orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or pal�tially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and �� preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventoiy not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FOR'C WOI2TH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oo�aoo-�� GENERAL CONDITIONS Page 61 of 62 D. Not later than 15 days tliereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verificatiou by the Ciry upon z�euloval of the items oi•, if the items are stored, within 45 days from the date of subulission of the list, and any necessa�y adjustinents to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of tei•mination, the Contcactor shall subinit his termination claim to the City in the fortn and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and gcanted by the City, any and all such elaims shall be conclusively deenled waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Worlc eaecuted in accot�dance with the Contract Documents prior to the effective date of terinination, including fair and reasonable sums for overhead and profit on such Worlc; 2. expenses sustained prior to the effective date of termination in performing services and fizrnishing labor, matet�ials, oi• equipment as t�eQuired by the Contract Documents in connection with uncompleted Worlc, plus fair and reasonable sutns 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 agcee upon the whole amount to be paid to the Contcactor by reason of the termination of the Worlc, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 1G — DISPUTE I2ESOLUTION 16.01 Methods ancl Proceduf�es A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes iinal and binding. The request for mediation shall be submitted to the other pai�ty to the Contract. Timely submission of'the request shall stay the effect of Paragraph 10.06.E. B. City and G�ntract�r shall par•ticipate in the mediati�n ��r�a�ss in g��d faith. The pr�cess shall he commenced within 60 days of filing of the request. C. If tlie 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 oi• 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that tinle period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: NovemUer 9, 201 I 00 72 00-62 GENERAL CONDITIONS Page 62 of 62 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICL� 17 — MISC�LLAN�OUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an ofiicer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Worlcing Day shall become the last day of the period. 17.03 Cumulative Renzedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS Revised: November 9, 2011 00 72 00 - 63 GENERAL COi�DITIONS Page 63 of 62 17.04 S2ll"I�ZVL7% Of O�IlgQll01?S All representations, indenlnifications, warranties, and guarantees nlade in, required by, or given in accordance with the Contract Docuulents, as well as all continuing obligatious indicated in the Contract Documents, will sucvive final payment, completion, and acceptance of the Worlc or termivation or completion of the Contract or termination of the services of Contcactor. 17.05 Headings Article and paragt•aph headings are inserted for convenience only and do not constitute parts of these General Conditions. CI'tY OP FORT WORTH STANDAItD CONSTRUCTION SPECffICATION DOCUMENTS Revised: November 9, 201 I SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modifed or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementaiy Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications and Specifications shall govern over standard details. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Conh�actor 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 February 6, 2012: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor unde�stands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially fi•om the representations on the Contract Drawings, Contractot• shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SG4.OlA.2, "Availability of Lands" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sa��ita�y Seiver Rehabilitatro�l Co�7tract 77 Ciry Project No. 01489 007300-2 SUPPLEMENTARY CONDITIONS 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 November 6, 2012. EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None The following are drawings of physical conditions in or relating to existing surface and subsurface sh�uctures (except Underground Facilities) which are at or contiguous to the site of the Worlc None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: None (3) Other: None SG5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GG5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Worlcers' Compensation, under Paragraph GG5,04A. Startrtay lintits EnaploJ�er's liabilitJ, $100, 000 each accidenl/occin•rence $100,000 Disense - ench employee $500, 000 Disense - policy linait CITY OF FORT WORTH Snr�ita�y Seive�� Rehabilitation Con[rnct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Piroject No. 01489 Revised July 1, 2011 00 73 00 - 3 SUPPLEMENTARY CONDITIONS Page 3 of 5 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Conh�actor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $ l, 000, 000 e��ch occtn•�•ence $2, 000, 000 aggregnte limil 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 Remarlcs Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Conh•actor'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 Injzny per pe�son / $500, 000 Bodily Injtrry pe�• accident / $100,000 Properry Danrage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None The Contractor shall conduct its operations on railroad properties in such a inanner 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 properiy. Such operations on railroad properties may require that Contractor to execute a"Right of Entry AgreemenY' 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 Conh-actor's use of private and/or construction access roads crossing said raih•oad 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 Occun�ence: Required for this Contract CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Not required for this Conn�act Sa��ita�y Setiver Rehabilitation Conh•act 77 City Project No. 01489 U 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 With respect to the above outlined insurance requirements, the following shall govein: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one raih�oad company is operating on the same right-of-way or where several raih�oad 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 worlc or activity is proposed on a railroad company's right-of-way at a location entu�ely separate fi�om the grade separation or at- grade crossing, insurance coverage for this worlc must be included in the policy covering the grade separation. 4. If no grade separation is involved but other worlc 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 worlc may be at two or mare separate locations. No work or activities on a raih�oad company's property to be perfonned by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning worlc. The insurance specified above must be carried until all Work to be performed on the raih•oad 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 worlc perfarmed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., °GProject Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is a link to the prevailuig wage rate table(s) applicable to this project and is provided in the Appendixes: https://projectpoint.buzzsaw.com/cl ient/fortworthQov/Resources/02%20- %20Construction%20Documents/Specifications/Div%2000- General%20Conditions/CFW%20WaQe°/o20Rate%20Table%2020080708 �df SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are lcnown permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.09B. "City obtained permits and licenses" The following are lcnown permits and/or licenses required by the Contract to be acqun•ed by the City: None CITY OF FORT WORTH Sanila�y Seiver Rehabilitation Conh�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, as of November 6, 2012: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Sco e of Worlc Coordination Authorit SC-8.01, "Communications to Contractor" None 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 �ND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jiily 1, 2011 Saiaila�y Seire�� Rehabilitatio�a Conlraci 77 Cih� Projec! No. 01489 Division O1 - General Requirements �� :. . - - - - � �� .. CITY OF FORT WORTH STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanilmy Setiver Rehabilrlation Contract 77 Ciry Project No. 01489 011100-I SUMMARY OF WORK Page 1 of 3 S�CTION Ol 11 00 SUMMARY OF WORK PART1- GEN�RAL 1.1 SUMMARY A. Section Includes: l. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication 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 PRIC� AND PAYM�NT PROC�DURES 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 conshuction project as detailed in the Drawings and Specifications. B. Subsidiary Work l. Any and all Worlc specifically governed by documentaiy requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no speciiic 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 safelceeping 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 tlie 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 OP FORT WORTH Snnitary Seiver Rehabilitation Conb�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised Jtdy I, 201 I oi il 00-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left fi•ee and tuiobstiucted and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Worlc shall be in accordance with railroad requireinents set forth in Division 0 as well as the railroad permit. D. Worlc within Easements 1. Do not enter upon private propet•ty for any purpose without having previously obtained permission from the owner of such property. 2. Lv i1Gt St02'e Ci�ui�'iii'iZili Oi lilaiZi iai OIi Yi iJat2 Ni GNEi `�j� iiiiicSS aT'iCi iiilili ii3c 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, cleai• all rights-of-way oi• easemeuts of obstructions which must be r•emoved to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use eveiy precaution to prevent dainage to, all trees, shrubbei•y, plants, lawns, fences, culverts, cui•bing, and all othet• types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporaty fences and to all other• public or private property adjacent to the Worlc. 5. Notify the proper representatives of the owners or occupants of the public oi• 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 tiVorlc. 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 intet•est in land might be affected by the Worlc. c. Be responsible for all damage or injuiy to property of any character r•esulting ft•om any act, omission, neglect, or misconduct in the manner or method or execution of the Worlc, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encounter•ed and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Worlc is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence worlc associated with easements, including removal, temporaiy 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 Sanitary Seive�� Rehabilitalion Cont��nct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 D�LIV�RY, STORAGE, AND HANDLING [NOT US�D] 1.11 FI�LD [SITE] CONDITIONS [NOT USED] L12 WAI2IZANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanilar�� Sewer• Rehabr(ilation Corrtract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Project No. 01489 Revised July 1, 2011 012S00-i SUBST[TUTION PROCEDURGS Page 1 of 4 SECTION Ol 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERA.L 1.1 SUMMARY A. Section I�icludes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRIC� AND PAYM�NT 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 ADMINISTRATIV� REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and Icinds of material may be acceptable substitutions under the following conditions: CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitary Seiver Rehabilitation Conlract 77 Ciry Project A�o. 01489 oi as oo -a SUBSTITUTION PROCEDURES Page 2 of 4 a. Or-equals are unavailable due to strilce, discontinued production of products meeting specified requirements, or other factois beyond conh�ol of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Reqttest for Substitution Fortn (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contcact u. TJ�icier iiie cor�diiions siaied 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) Pt�oduct identiiication a) Manufacturer's name b� Telephone number and representative contact narze c) Specification Section or Drawing reference of ariginally speciiied product, including discrete name or tag number assigned to original pr•oduct in the Contract Documents 2) Manufacturer's literature clearly marlced 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 lcnowledgeable concerning proposed product c) Available field data and repoi�ts 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 annrnyal nr t•ejection �f Siihstitiitinti giyPn hv thP C':ity 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. CITY OF FORT WORTH Sanilary Seiver Rehabilitation Contract 77 STANDAI2D CONSTRUCTION SPECIFICATION DOCiJMF.NTS City Pt•nje_cl Nn_ pl¢R9 Revised July 1, 2011 012500-3 SUBSTITUTION PROCGDURES Page 3 of 4 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. � 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 1.9 QUALITY ASSiJRANCE 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] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT US�D] PART 2 - PRODUCTS [NOT USED] PART 3 - EX�CUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Rehabilitation Conh�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 o i as oo - a SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A R�QUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/ot• Specifications which proposed substitution wi11 require for its proper installation. Fill in Blanks Below: A. Will the undersigned contcactor 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 speciiied item? D. Differences in product cost or product deliveiy 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: Foi• Use by City Signature as noted _ Recornmended _ Recommended Firm Address Date Telephone For Use by City: Approved City Not recommended Received late BY — Date Remarks Date Rejected CITY OF PORT WORTH Sanita�y Server Rehabililation Cor�(�•ac1 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciq� Projec! No. 01489 Revised July I, 2011 SECTION Ol 31 19 PRECONSTRUCTION MEETING :f t7�:71 lf�!'��►1 D '7�J1 1.1 SUMMARY O1 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Speciiication 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 PROC�DURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all pat�ticipants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitary Seiver Rehabilitalion Ca7tract 77 Ciry Project No. 01489 013120-1 PROJEC'I' MEETINGS Page 1 of 3 SECTION O1 31 20 PROJECT MEETINGS [Specifier: This Specifrc�rtion is intej7ded fof• arse on projects designated as Tier• 3 0�� Tier• �.J PART1- GENERAL l.l SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 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 PAYM�NT 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 ADIVIINISTRATIVE REQUIREMENTS A. Coordination l. 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 speciiied 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 Sanitary Seit�er Rehabilitafion Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July l, 2011 013I20-2 PROJECT MLET[NGS Page 2 of 3 1. COl1iPaCi02' b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weelcs following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings sha(1 include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resohrtion of construction issues e. Equipment appt•oval 3. The Project Representative will pt�eside at progcess meetings, prepare the notes of the meeting and distribute copies of the same to all pa►�ticipants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c, Any subcontractor or supplier representatives whom the Contt•actor may desir•e to invite or the City may request d. Engineer's rept•esentatives e. City's representatives £ Others, as requested by the Project Representative 5. Pi�eliminary Agenda may include: a. Review of Worlc progress since previous meeting b. Field obsei�vations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts £ Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Worlc period i. Coordination of schedules j. Review submittal schedules lc. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 7� Fff��t On ptrP?' Cnntr�ntc pf tha P�•n�ant n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH Snnitm7� Seu�e�� Rehnbilitation Conlrnct 77 STANDARD CONSTRiICTION SPECiFICATION DOCUMENTS Cih� Proiect No. 01489 Revised July 1, 2011 013120-3 PROJECT MGETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The Ciry will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORA.GE, AND HANDLING [NOT US�D] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanilary Seiver Rehabilifation Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 013216-1 CONSTRUCT[ON PROGRESS SCHEDULE Page I of 5 SECTION O1 32 16 CONSTRUCTION PROGRESS SCHEDULE PART1- G�NERAL �i.Yi�u h/I� t�•/ A. Section Includes: 1. General requirements foy the preparation, submittal, updating, status reporting and management of the Constcuction 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 Speci�cation 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 PAYM�NT 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 REFERENC�S A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration proj ects b. Tier 2- No schedule submittal required by conh•act, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Speciiication and herein. Majority of City projects, including all bond pr•ogram projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility ` 1) Eaamples 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 fi•om the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH Sanitury Seiver Rehabililation Contracl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 013216-2 CONSTRUCTION PROGR�SS SCHEDULE Page 2 of S 4. Schedule Nai•rative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards l. Ciry of Fort Woi�th Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule l. General a. b. c. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Mefllod (CPM) as required in the City of Fort WorYh Schedule Guidance Document. Review the dt•aft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and lcnown issues and consh•aints related to the schedule. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and pi•eparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent fi•om the current progcess 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 Recoveiy Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to talce to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the bacldog of work and return curt•ent Schedule to meet projected baseline completion dates 3) Increase the number of worlcing hours per shift, shifts per day, worlcing days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of worlc 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 talce 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, weel<end and holiday woric, etc. j to be empioyed by tiie i;ontractor in order to remove ot• arrest the deiay to the critical path in the approved schedule. a. No additional cost for such worlc will be considered. CITY OF FORT WORTH Snnila��� Seivei� RehaGililation Conl�•acl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cim Proiect No. 01489 Revised Jidy I, 2011 013216-3 CONSTRUCTION PROGRESS SCH�DULE 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 cotnpletion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessaty to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for• the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of tl�e 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 �nal payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time litnit. 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, st�•ikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest iinish date of a chain of activities on the Baseline Schedule. a. Float or slacic time is not for the exclusive use or benefit of either the Contractor ar 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 Sa��itary Seiver Rehabilrtation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 2011 01 32 l6 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acl<nowledge 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 eaceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed undet• this Contract concurrently with or contingent upon worlc performed on the same facilities or area uuder other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate conti•acts fi�om the Ciry for the preparation and updating of Baseline schedule and make the required changes 11; i:13 SC�18'�UZO �.'hen i::�1Ca�: C: �y' Ci24t'ig�S ili CCI'C�S1.OI2�ills ,;C�1: uUi�S. 2. In case of interference between the operations of different conh•actors, the City will determine the work priority of each contractor and the sequence of work necessaiy to expedite the completion of the entire Project. a. In such cases, flie decision of the City shall be accepted as final. b. The temporaiy delay of any worlc due to such circumstances shall not be considered as justiiication for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort `vVorth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule nai•rative 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 Woi�th Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no fui�ther progress schedules are required. CITY OF FORT WORTH Sanitary Sewer RehnGilitation Conh•act 77 STANDARD CONSTRUCTION SPECIFICAT[ON DOCiJMENTS City Prnjert No. 014R9 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULG Page 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSIJRANCE 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 Speciiication 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, STORAG�, AND HANDLING [NOT USED] 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY (NOT US�D] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH Sanitary Seiver Rehabilitation Conh�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P��oject No. 01489 Revised July 1, 2011 O13233-1 PRECONSTRUCTION V[DEO Page 1 of 2 S�CTION O1 32 33 PRECONSTRUCTION V IDEO :_I i7�:71:1f�l��►1_D�7lJr l.l SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstcuction Videos B. Deviations fi•om 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 Conti•act 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaiy to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIItEMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANC� [NOT US�D] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FI�LD [SITE] CONDITIONS [NOT USED] L12 WARRANTY [NOT US�D] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Sanita�7� Sei+�er Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July l, 2011 O l 32 33 - 2 PRECONSTRUC'I'ION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT US�D] �1�1D O� S��'I'ILl1`I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanilary Seu�er RehabrlitatioN Conh•ac! 77 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 013300-1 SUBMITTALS Page 1 of 8 SECTION O1 33 00 SUBMITTALS PART1- G�N�RAL L 1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contr•act 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiaiy to the various items bid. No separate payment will be allowed for this Item. 1.3 REF�RENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREIVI�NTS 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 speciiied 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 fl Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Sanitary Sew�er Rehabiljtation ConU•acf 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01989 Revised July 1, 2011 013300-2 SUBMITTALS Page 2 of S C d. Make submittals promptly in accoi•dance with approved schedule, and in such sequence as to cause no delay in the Work or in the worlc of any other contt�actor. Submittal Numbering 1. When submitting shop dt•awings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following mannei: a. Use the ficst 6 digits of the applicable Speci�cation Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate itern or di•awing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the saine drawing (i.e. A=2nc? s�abmissi�n, 8=3.•�? su�...ission, �'=4th suhi::issicn, etc.;. A;�pi�al submittal numbet• would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontraators, priar to submission to determine an� v�rifi,� the fcllc�✓:ng: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Docuinents 2. Provide each shop drawing, sample and product data submitted by the Conti•actor with a Certification Statement affixed includirig: 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, inaterials, 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 8'/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. b. c. Cover Sheet 1) Description of Packet 2) Contractor Certification List of items / Table of Contents Product Data /Shop Drawings/Samples /Calculations � c„t,,,,;,+.,i r,,,,�o,,, L. VllVllltl,l.til �V11lVlll 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Snnita�y Sewer Rehabilitation Co��trac! 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Cih� Pi•oiect No. 01489 Revised July 1, 2011 � y 013300-3 SUBM['tTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names o£ a. Contractor b. Supplier c. Manufacturer 5. Identiiication of the product, with the Speciiication Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Worlc or materials 8. Applicable standards, such as ASTM or Federal Specification numbeis 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 speciiied 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 speciiication and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitaiy Sewer Rehabililation ConO•act 77 Ciry Projecl No. 01489 Ol 33 00 - 4 SUBMIT'I'ALS Page 4 of 8 7) Standard wiring diagrams 8) Printed per•formance curves and operational-range diagrams 9) Production or quality control inspection and test i•eports and certifications 10) Mill reports 11) Product operating and maintenance instructions ancl recommended spar•e-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, inchide, but are not necessarily limited to: a. Physical examples of the Worlc such as: 1; S�ctions of man�!facture� o:• fah:�i�aTe� �u�:�k 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and t•ange sets 4) Speciinens for cooi•dination of visual effect 5) Graphic symbols and units of Worl< to be used by the City for independent inspection and testing, as applicable to the Worlc 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 accoinplished 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 Electt•onic Distribution a. Coniirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or anothet• external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directoiy and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires moi•e than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Snnila�y Serrer Rehabilitatio�r Conh•acl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Pr•oiect No. 01489 Revised July l, 2011 013300-5 SUBMITTALS I'age 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies � c. 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. Product Data 1) Dish�ibuted to the City 2) Copies a) 4 copies 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 iile 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 � 3. C� 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 fi•om 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 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. 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. 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. 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 Snnita�y Sewer RehabilrJation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 O13300-6 SUBMITTALS Page 6 of 8 1) 'BXCEPTIONS NOTED". This code is assigned when a con�emation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however•, all notations and comulents must be incorporated into the final product. a Code 3 1) 'BXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contcactor may release the equipment or material for manufacture; however, all notations and comments must Ue incorporated into the finai product. b) This resubmittal is to address all comments, omissions and non-conforming iteins that were noted. c) Resubmittal is to be reeeived by the City within 15 calendar days of the date of the City's ti�ansmittal requiring the i•esubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the subinittal does not meet the intent of the Contract Docutnents. a) The Contcactoi• must resubmit the entire pacicage revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet thP ConYra�t Do�um�nts. 6. Resubmittals a. Handled in the same manner as fiist submittals 1) Coi7�ections other than requested Uy the City 2) Marked with revision triangle or other similar method a) At Conteactor's risk if not marlced 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 Contractot• reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reseives the right to not review submittals deemed pai•tial, 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 marlc the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any car•rection indicated on the shop dt•awings to constitute a chauge 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 WOR"I'H Sarrr�a��� Seiver Rehabilitation Contract 77 STANDARD CONSTRUCT[nN SPEC1FfCATT(�N 1�nC[ JMFNTS Cilv Prnja�t Nn, 014R9' Revised July 1, 2011 013300-7 SUBM[TTALS 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, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualiiications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certi�cation for each item required. N. Request for Information (RFI) l. Contractor Request for additional information a. Clarification or inteipretation 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 clariiication 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 h�ansmittal. 4. Sufficient information shall be attached to permit a written response without further infoimation. 5. The City wili 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 Sarrilmy Sewer Rehabilitation Coizh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01989 Revised July I, 2011 013300-8 SUBM[TTALS Page 8 of 8 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 D�LIVERY, STORAG�, AND HANDLING [NOT US�D] 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 1.12 WARItANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - �XECUTION [NOT USED] �ND Or S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Seiver Rehabrlitnlion Ca�n•ncl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUIvIENTS CiryProjectNo. 01�89 Revised July 1, 2011 � SECTION 01 35 13 SPECIAL PROJECT PROCEDURES PART1- GEN�RAL [l��. ►��l �1►ll�ti� A. Section Includes: 01 3S 13 - i SPECIAL PROJECT PROCGDURES Page 1 of 8 The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 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 12 25 — Connection to Existing Water• Mains 1.2 PRIC� AND PAYMENT PROCEDUR�S 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 worlc 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 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or fi�om the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] Sanitaiy Seiner Rehabilitatton Conh•act 77. Crry Project No. 01489 01 35 13 - 2 SPGC[AL PROJECT PROCEDURES Page 2 of 8 a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The worl< 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 inclLide: 1) Coordination for scheduling flagmen 2) Flagmen 3) Othet• r�equirements associated with Railroad 3. All other items a. Worlc associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. ���;� � � a� o�.c��� 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. North Central Te�as Council of Gover•nments (NCTCOG) — Clean Construction Specification i.4 �ii�li�ii?�Sii�iii�i, ic��iJ��i,P�i,r�T i � A. Coordination with the Texas Department of Transportation When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Departinent of Transportation prior to commencing any worlc therein in accordance with the provisions of the permit b. All work performed in the T�OT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. 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 a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hoolc connections for back hoes or dippers c. Equipment must meet the safety requirements as set foi�th by OSHA and the safety requirements of the owner of the high voltage lines 3. Worlc within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and r�ecord action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: CITY OF FORT WORTH Sanita�y Setiver Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 01489 Revised [Insert Revisiou Date] C. Confined Space Entry Program 1. Provide and follow approved Confined Space Ent�y Program in accordance with OSHA r•equirements. 2. Coniined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.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 Poliution 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. i£ a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certiiied by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section Ol 31 13 F. Water Department Coordination a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. 013513-3 SPECIAL PROJECT PROCGDURES Page 3 of 8 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. CITY OF FORT WORTH _ STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised [Insert Revision Datej Sanita�y Seiver RehabiliJation Con�ract 77 Ciry Projec! No. O1489 013513-4 SPECIAL PROJEC'I' PROCEDURES Page 4 of 8 b. If needed, obtain a hydrant water meter fi�om the Water Department for use during the life of named project. a In the event that a water valve on an existing live system be turned off and on to accommodate the construction of tlie project is required, coordinate this activity through the appropt•iate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Tehas Penal 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 ConstrLiction Priar� 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 priot� to beginning any construction activity on each block in the project area. 1) Prepat�e flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number fl 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 E�iibit A. 3) Submit schedule showing the construction start and fmish tune for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. H. Public Notification of Temporary Water Service Interruption during Construction l. 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 temporaiy interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name ofthe project 2) City Project Number 3) Date of the interruption of service 4) Per•iod the interruption will talce place 5) Name of the contractor's foreman and phone number CITY OF FORT WORTH Sai�itn�7� Server Rehabililntion Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Proiecl No. 01489 Revised [Insert Revision Date] O13513-> SPECIAL PROJEC't PROCEDURL-'S Page 5 of 8 c. d. e. f. 6) Name of the City's inspector and phone number A sample of the temporary water service interruption notification is attached as Exhibit B. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained fi•om the Project Construction Inspector. L Coordination with United States Ar•tny 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 £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or froin 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 ver•ification of worlcing 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. CITY.OF FORT WORTH Sanila�y Seiver Rehabilitatiorr Contract 77 STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised [Insert Revision Date] O13513-6 SPECIALPROJECTPROCEDURES Page 6 of 8 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT US�D] 19 QUALITY ASSURANC� [NOT USED] 1.10 D�LIVERY, STORAG�, AND HANDLING [NOT USED] 1.11 FI�LD [SIT�] CONDITIONS [NOT US�D] 1.12 WARIZANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EX�CUTION [NOT US�D] M�►�l7Z.�� C�J�I Revision Log DATE NAME SUMMARY OF CHANGE July 2011 CITY OF FORT WORTH Sanila�y Seiver RelaabiJi[ation Contrnci 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised [Insert Revision Date] EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: �, ;. / �/ � 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 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.> � Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised [Insert Revision Date] Sanitai�� Seiver Rehabilitation Contract 77 Ciry Project No. 01489 I �i 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 I li : FORT WORTH Dete: DOE NO. XXXX Project Hane: i�i07'ICE OF TEMPORAI�Y WATER SgRVICE Il�I1ERRLiPTIOI�i DUE TO UTILITY IMPROVEMENTS IN YOUR N�IGHBORHOOD, YOUR WATER SERVIC� WILL BE INTERRUPT�D ON BETWEEN TFIE FIOURS OF AND II+ YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTEND�NT) (TELEPHONE NUMBER) OR MR. (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL B� AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Sanitai�� Seiver Rehabilitation Co��h•act 77 STANDAFtD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised [Inse�t Revision Date] 014523-1 TGSTING AND [NSPECTION SERVICES Page 1 of 2 S�CTION O1 45 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations fi•om 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, Contt•act Forms and Conditions of the Contract 2. Division 1— General Requir•ements 1.2 PRICE AND PAYM�NT PROC�DURES A. Measurement and Payment l. Work associated with this Item is considered subsidiaiy 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 REFERENC�S [NOT USED] 1.4 ADNIINISTRATIVE REQUIREMENTS A. Testing l. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be perfortned by the City, notify City, sufiiciently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Sa�lilary Seiver Rehabi(itation Conh•act 77 City Projecl No. 01489 014523-2 TESTING AND INSPGCTION SERV[CES Page 2 of 2 2) Upload test reports to designated project directoiy and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required iti lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Coutractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip ticl<ets for each delivered load of Concrete or Lime material including the following information: a. Naine of pit b. Date of deliveiy c. Material delivered B. Inspection l. Inspection or lack of inspection does not relieve the Conh�actor from obligation to perform worlc in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS (NOT USEDI 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS [NOT US�D] 1.9 QiJA�,I'I'Y AS�LJIi�NCE [NOT iT��i;] 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT US�D] 1.11 FI�LD [SIT�] CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT US�D] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT US�D] �ND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH Snnita�y Sewer Rehabilitation Conlr•act 77 STANDAIZD CONSTRUCTION SPECIPICATION DOCUMENTS -Cih� Proiec! No. 01489 Revised Jufy 1, 2011 � � ols000-1 TEMPORARY FACILI"C[ES AND CONTROLS Page I of 4 S�CTION O1 50 00 TEMPORARY FACILITIES AND CONTROLS PARTl- GEN�RAL L 1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Worl< 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 Speciiication 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 subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENC�S [NOT USED] 1.4 ADMINISTRATIVE REQUIltEMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporaiy 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 seivices necessaiy 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 Worlc. 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 consh•uction is desired CITY OF FORT WORTH Sanitary Sewe�• RehabiEitatio» Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec� No. 01489 Revised July l, 2011 015000-2 TEMPORARY FACILPI'IES AND CONTROLS Page 2 of4 d. Contractor Payment for Constr�uction Water 1) Obtain construction water meter fi•om City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporaiy power service or generatoi• to maintain operations during scheduled shutdown. 4. Telephone a. Provide emei•gency telephone service at Site for• use by Contractor personnel and others performing woek or furnishing seivices at Site. 5. Temporary Heat and Ventilation a. Provide tempot•ary heat as necessaiy for protection or completion of Work. b. Provide tempor•ary heat and ventilation to assure safe woi•lcing conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for pei•sons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction per•sonnel 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 weeldy inteivals 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 blocics off ground. 3. Store materials in a neat and orderly mamier. a. Place materials and equipment to pet�rnit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to pt•ovide storage environments acceptable to speciiied manufacturers. 5. Fill and grade site for temporaty structures to provide drainage away fi•om temporaiy and existing buildings. 6. Remove building fi•om site prior to Final Acceptance. D. Temporaty Fencing Provide and maintain for the duration or construction when reauired in contract documents 1 E. Dust Control CITY OF FORT WORTH Snnilmy Seiver Rehabilitntion Conh•ncl 77 STA�I�ATZ1� C',QNCTRT IC TtQN SPECTFTC ATTQN T1QC T Tlyt_F.NTS ' ('j(�� Ppnivr/ Nn, Ql�,lR� Revised July 1, 2011 01 50 00 - 3 TEMPORARY PACILITIES AND CON7'ROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-cali at all times b. Must respond in a timely manner F. Temporary Protection of Construction l. Contractor or subcontractors ai•e responsible for protecting Work from datnage due to weather. 1.5 SITBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT USED] ' 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [R�PAIR] / [RESTORATION] 3.6 R�-INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Sanita�y Seivei• Rehabilita[iorz Cond•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised Ju(y 1, 2011 O1S000-4 TEMPORARY I'AC[L[TIES AND CONTROLS Page 4 of 4 1. Remove all temporaiy facilities and restore area after completion of the Work, to a condition equal to or bettec• than prior to start of Work. 3.12 PI20��C'I'I�l�t [i'�O'I' ITS��] 3.13 MAINT�NANC� [NOT US�D] 3.14 ATTACHM�NTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Seiver Rehabilitation Co�rtrncl 77 STANDARD CONSTRUCTION SPECIPICA"I'ION DOCUMENTS • Cilv Pi�oiect No. 01489 Revised July 1, 2011 � O1 55 26 - i STRrET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION O1 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PARTl- G�N�RAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Stceet 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 REF�RENCES A. Reference Standards 1. Reference standards cited in this speciiication 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 Traf�c 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 Conh�ol Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Snnrlary Seiver Rehabilitation Cont�•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 201 I 015526-2 STRGET USE P�RMIT AND MODI�ICAT[ONS TO T[ZAFPIC CONTROL I'age 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Trafiic Control plans for Street Use Pern7it, such that const��uction is not delayed. C. Modification to Approved Traffc Control Prior to installation traffic conh•ol: a. Submit revised trafiic control plans to City Departinent Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 worl<ing days for• review of revised Traffic Control. 3) It is the Contractor�'s responsibility to coordinate review of Traffic Control nl�ns fpt� Stl'��t iJs� Pes'init; SLiCh th�t �pnstt'i�ctinn �S ppt �P�?v�rl. D. Removal of Street Sigu 1. If it is determined that a street sign must be removed for construction, then contact City Transpol-tation and Public Worl<s Department, Signs and Marl<ings Division to remove the sign. E. Temporary Signage 1. In the case of regulatoiy signs, replace permanent sign with temporat•y sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MIITCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on t(le City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSiJI2ANCE [NOT US�D] 1.10 D�LIV�RY, STORAG�, AND IIANDLING [NOT USED] 1.11 FI�LD [SIT�] CONDITIONS [NOT USED] 1.12 WARItANTY [NOT USED] PART 2 - PRODUCTS [NOT US�D] PART 3 - �X�CUTION [NOT US�D] END OF SECTION CITY OF PORT WORTH Sanitary Seiver Re/rnbilitation Conh•acl 77 STANDARD CONSZ'RUCTION SPECIFICATION DOCUMENTS • Ciry Proiect No. 01489 Revised July I, 2011 015526-3 STREET USE PERMIT AND MOD[FICATIONS'I'O TRAFI�IC CONTROL Page 3 of 3 CITY OF FORT WORTH Sanitary Seiver Rel7abililation Co:rh•ac177 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project A�o. 01489 Revised July l, 2011 O15713-1 STORM WATER POLLUT[ON PREVENTION Page 1 of 3 S�CTION O1 57 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: l. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYM�NT 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 R�FERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is speciiically cited. 2. Integrated Storm Management (iSWN1) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE I2EQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of auy fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Sanila�y Seiver Rel:abilitation Conlrcrct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 201 I 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Follutaut Discharge Elimination System (TPDES) General Construction Permit is required b. Cornplete SWPPP in accordance with TCEQ requicements 1) TCEQ Sulall Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment contcol in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) S WPPP e) TCEQ requu�ements 3. 5 acres or more of Disturbance a. Texas Pollutant Dischar•ge Elimination System (TPDES) General Construction Pertnit 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 malcing 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) S WPPP 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 Worlcs, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section Ol 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a; r: ;� ?'r�jec± ?��anager ::�i!! f�r�r�ar� to t?:e �i y, ne��rtme�.t of Transportation and Public Works, Environmental Division for review C1TY OF FORT WORTH Sanila�y Sewer RehaGililafion Contracf 77 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS - Cih� Pi�oject No. 01489 Revised July 1, 2011 01 57 l3 - 3 STORM WA"I'ER POLLUT[ON PREVENTION Page 3 of 3 B. Modified SWPPP L 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 SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 D�LIV�RY, STORAGE, AND HANDLING [NOT US�D] 1.11 FI�LD [SIT�] CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - �XECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Snnita�y Seiver Rehabilitation Co�7b•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Project No. 01489 Revised July 1, 2011 OI SA 13 - I TEMPOIZARY PROJECT SIGNAGE Page 1 of 3 S�CTION O1 58 13 TEMPORARY PROJECT SIGNAGE PART1- GEN�RAL 1.1 SUMMARY A. Section Includes: 1. Temporaiy 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: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— Generai Requirements 1.2 PRICE AND PAYMENT PROCEDUR�S A. Measurement and Payment l. Work associated with this Item is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 1.3 REF�RENC�S [NOT USED] 1.4 ADMINISTRATIVE R�QUIREMENTS [NOT USED] 1.5 SUBMITTALS (NOT USED] 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MA.INTENANCE MATERIAL SUSMITTALS [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] PART2- PRODUCTS 2.1 OWN�R-FURNISHED (oR] OWN�R-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria l. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH . Su�titary Seiver Rehabilitation Conh•acJ 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July l, 2011 01 58 13 - 2 TEMPORARY PROJECT StGNAGG Page 2 of 3 B. Materials l. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT US�D) 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PI2EPARATION [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. Moiuiting options a. Skids b. Posts c. Barricade 3.5 �tEPAIR / R�STORATIOl>t [NO� U�ED] 3.6 It�-INSTALLATION [NOT US�D] 3.7 FI�LD [oR] SIT� QUALITY CONTROL [NOT US�D) 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT US�D] 311 CLOS�OUT ACTIVITI�S [NOT US�D] 3.12 PROT�CTION [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] �ND OF S�CTION CI'I'Y OF FORT WORTH Sanitary Seu�er Rehnbi/italiori Cor�h•acl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS • Crh� Project No. 01989 Revised July 1, 2011 O1 58 13 - 3 TEMPORARY PROJECI' SIGNAGE Page 3 of 3 CITY OF FORT WORTH Sanita�7� Seiti�er Rehabilitation Coritract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS � City Project No. 01489 Revised July 1, 2011 oi�000-i PRODUCT REQUIREMENTS Page 1 of 2 S�CTION O1 60 00 PRODUCT REQUIREMENTS PARTl- G�NERAL 1.1 SUMMARY A. Section Includes: 1. A listing of the approved products for use in the City B. Deviations from this City of Fort Worth Standard Speciiication 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 L2 PRICE AND PAYIVI�NT PROCEDURES [NOT USED] 1.3 REFER�NCES [NOT US�D] 1.4 ADMINISTRATIVE REQUIREMENTS 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 speciiic product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. l. 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 O 1 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 US�D] 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSIIRANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanita�y Sewer Rehabilitation Ca�tract 77 Cifj� Project No. 01489 oi�000-a PRODUCT REQUIRGMENI'S l.11 FIELD [SIT�] CONDITIONS [NOT US�D] 1.12 WARI2ANTY [NOT USED] PART 2 - PRODUCTS [NOT US�D] PART 3 - EXECUTION [NOT USED] END OF SECTION Page 2 of 2 CITY OF FORT WORTH Sanila�7� Setiver Rehnbilitn/ion Contracl 77 STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS - Ci[�� Projec! No. 01489 Revised July l, 201 I O16600-1 PRODUCT S'I'ORAGE AND HANDLING REQUIREMENTS Page t of 4 SECTION Ol 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GEN�RAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product deliveiy 2. Packaging of products for deliveiy 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYM�NT 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 D�LIV�RY 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 deliveiy. CITY OF PORT WORTH . Sanita�y Setiver Rehabrlrtatior� Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING IZEQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbrol<en cartons or other containeis designed and constructed to protect the contents fi�om physical or environmental damage. 5. Clearly and fully mark and identify as to nianufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handliug. B. Handling Requirements 1. Handle products ot• equipment in accordance with these Contc•act Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturei•'s recommendations and requirements of these Specifications. 2. Make necessaiy provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incor•porated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Worlc and to utility service company installations in vicinity of Work. 3. Keep inaterials 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 sto�age to �;iovide easy access io� i�is�eciioil. 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 stacic materials delivered and stored along line of Work to avoid inconvenience and damage to property ownei�s and general public and maintain at least 3 feet from fire hydrant. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewallcs, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of constcuction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Repr•esentative. CITY OF FORT WORTH Sanrtary Setver Reltabilitation Co�tiracl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS � Ciry Project No. 01489 Revised July 1, 2011 016600-3 PRODUC'I' STORAGE AND HANDLING REQUIREM�NTS Page 3 of 4 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 1.12 WAI2RANTY [NOT US�D] PART 2 - PRODUCTS [NOT USED] PART 3 - EX�CUTION 3.1 INSTALLERS [NOT US�D] 3.2 EXAMINATION [NOT US�D] 3.3 PREPARATION [NOT USED] 3.4 ER�CTION [NOT USED] 3.5 R�PAIR / RESTORATION [NOT USED] 3.6 R�-INSTALLATION [NOT US�D] 3.7 FIELD (ox) SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work l. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT US�D] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written duections. 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 USEDj 3.14 ATTACHMENTS (NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jul}� I, 2011 Sanirn,7� Seiver Rehnbilitation Contrac� 77 Ciry P�•oject No. 01489 O1 G600-4 PRODUCT STORAGE AND HANDLING REQUIR�MENTS Page 4 of 4 Revision Log DATE � NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Revised July l, 2011 Snnitary Seirer Rehabilitation Conlrac! 77 Cih� Project No. 01489 017123-1 CONSTRUC"1'ION STAKING Page 1 of 3 SECTION O1 71 23 CONSTRUCTION STAKING PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Requiretnents for construction stalcing. B. Deviations fi�om 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 PROCEDUR�S A. Measurement and Payment 1. Work associated with this Item is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADNIINISTRATIVE 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 will 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 O1 33 00. 1. All submittals shall be approved by the Engineer or the City prior to deliveiy. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitary Seirer� Rehabililatio�a Contract 77 Cih� Project No. 01489 017123-2 CONS'tRUC"I'ION STAKING Page 2 of 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certifcates l. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with r�equirements of the Contcact Documents. a. Certificate must be sealed by a registered professional land suiveyoi• in the State of Texas. B. Field Quality Control Submittals 1. Docuinentation verifying accuracy of field engineei•ing work 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSIJRANCE A. Use adequate numbers of slcilled 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 pr•oper performance of the Work. L10 D�LIV�RY, STORAGE, AND HANDLING [NOT USED] 111 FI�LD [SITE] CONDITIONS [NOT USED] ? . �2 ��A �u�IT �' �N�'�' TJS�n] PART 2 - PRODUCTS [NOT US�D] PART 3 - EXECUTION 3.1 INSTALL�RS [NOT USED] 3.2 �XAMINATION [NOT US�D] 3.3 P12�PARATION A. Verify location and protect control points before commencing Worlc. B. Notify City's Project Representative immediately of any discrepancies discovered. 3.4 APPLICATION (NOT USED] 3.5 I2�PAIR / R�STORATION [NOT US�D] 3.G R.�-INSTALLATION [NOT USED] 3.7 FIELD [o�] SIT� QUALITY CONTROL A. Preserve permanent reference points during progress of the Worlc. B. Do not change or relocate reference points without approval fi�om the City. C. Utilize recognized engineet�ing sucvey practices. CITY OF PORT WORTH Sm7ila�y Seu�er RehaGilrtaJion Conh•ac177 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Cit�y� Projecl No. 01489 Revised July 1, 20ll 017123-3 CONSTRUCTION STAKING Page 3 of 3 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITI�S [NOT US�D] 312 PROT�CTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OF SECTION CITY OF FORT WORTH Snnrtmy Seiver Rehabilitation Conh�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P��oject No. 01989 Revised July 1, 2011 017423-1 CLEANING Page 1 of 4 S�CTION O1 74 23 CLEANING PART1- GENERAL l.l SUMMARY A. Section I�icludes: 1. Intermediate and final cleaning for Worlc not including special cleaning of closed systems speciiied elsewhere B. Deviations from this City of Fort Worth Standard Speciiication 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRIC� 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 REF�RENCES [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 Worlc and immediately prior to final inspection. 1.5 SUBMITTALS (NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE (NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH . Sanitary Seii�e�� Rehabilrtation Co��h•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Project No. 01489 Revised July l, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FI�LD [SITE] CONDITIONS [NOT US�D] 1.12 WAIZRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWN�R-I+ITIZNISI3�D [oa] OWNER-SUPPLI�DPRODUCTS [NOT US�D] 2.2 MAT�RIALS A. Cleaning Agents i. �otttpati�lz wit�l surface beiclg cieafizu 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [Ir10'T US�D] 2.4 SOURC� QUALITY CONTROL [NOT US�D] PART3- �X�CUTION 3.�i il�T� i h� i.i.,% �� �l`Zv i TJ.�LL] 3.2 �XAMINATION [NOT USED] 3.3 PI2.�PARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 R�PAIR / R�STORATION [NOT US�D] 3.6 12E-IN�TALLATION [NOT USEI)] 3.7 FI�L,D [oR] SI'�'E Q�TAI.I'I'Y CO1�T'�ZOI, [NO� iT��D] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING 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 regulatoiy agencies. CITY OF FORT WORTH Snnitary Seiver Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciq� Pi•oject No. 01489 Revised July 1, 2011 01 74 23 - 3 CLrANING 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 Worlc 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. I�itermediate Cleaning during Construction 1. ICeep Worlc 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. Coniine construction debris daily in strategically located containec(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 loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1 2. 3. 4. 5. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. Wash and shine glazing and mirrors. Polish glossy surfaces to a clear shine. 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 iilters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH . Sanitary Seiver Rehabili[ntion Conlrac! 77 STANDARD CONS'I'RUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July l, 201 I 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control fi�om site. 5. Clean sigus, lights, signals, etc. 3.11 CLOS�OUT ACTIVITI�S [NOT US�D] 3.12 PROT�CTION [NOT US�D] 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHM�NTS [NOT US�D] L�1� C��' SL(�: l ll�l� Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sn»ita�y Setver RelTabilitation Cor�lract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS Cih� Proiect No. 01489 Revised July l, 2011 � 017719-1 CLOSF.,OUT REQUIREMENTS Page 1 of 3 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART1- GENERAL l.l SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations fi�om this City of Fort Worfll 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 REQUIl2EMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certiiicates, 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 satisfactoiy 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 Sanilar�� Setive�• Rehabilitation Conb�act 7� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 20ll 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS (NOT US�D) 1.7 CLOS�OUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - �XECUTION 3.1 INSTALLERS [NOT USED] �.� �,�r���.���r� �r��� �sL�) 3.3 PREPARATION [NOT US�D] 3.4 CLOSEOUT PROCEDUI2� A. Prior to requesting Final Inspection, submit: l. Project Record Documents in accordance with Section O1 78 39 2. Operation and Maintenance Data, if requii•ed, in accordance with Section O l 78 23 B. Prior to requestiug Final Inspection, perform final cleaning in accordance with Section Ol 74 23. C. FinalInspection 3 � 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will malce an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Wot•lc is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertalce the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 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. 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. Speciiied spare pai�ts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanl<s and fuel tanks d. Light bulbs e. Fuses f. Vault lceys g. Handwheels h. Othet• expendable items as i•equired fot� initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Sanilary Seiver Relrabilitation Contract 77 STANDARD CONSTRLJCTION SPECIFtCAT[ON DOC�JMF,NTS Crty Pr�iect No. 01489 Revised July l, 201 I 01 77 19 - 3 CLOSEOUT REQUIREMGNTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Paytnent Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 12�PAIR / RESTORATION [NOT US�D] 3.6 RE-INSTALLATION [NOT US�D] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT US�D] 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 MAINTENANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Sanitn�y Sei��e�� Rehabilitation Cont��act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 S�CTION Ol 78 23 OPERATION AND MAINTENANCE DATA PART1- GEN�RAL 1.1 SUMMARY A. Section Includes: 1. Product data and related inforination appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traf�c Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES " A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule l. 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 O1 33 00 Submittal Procedures. All ' submittals shall be approved by the City prior to deliveiy. 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%2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Sani�ar�� Seiver Re/7abilitation Contrnct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P��oject No. 01489 Revised July 1, 2011 017823-2 OPERATION AND MAINTENANCE DA'1'A Page 2 oF5 e. f. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. Provide fly-leaf for each separate product, or each piece of operating equi�ment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. Cover 1) Identify each volume with typed or pi•inted title "OPERATING AND MAINTENANCE INSTRUCTIONS". G� L"tSt. 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 bindeis are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. N�atl;� ±;�pP��ritter. table of c�n±Pnts for Pach volumP, �rrar.ge� �n systPmat�c ordPr 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 othet• identifying symbols as set forth in Contract Documents. 2. Product Data a. I�iclude only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product oi• part installed 2) Clearly identify data applicaUle 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 assuc•e correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Wi•itten text, as required to sunnlement nroduct data for the narticular 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 Sanilm�� Sewer Rehabilitation Cotrlract 77 STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Cit�� Project No. 01489 Revised July l, 2011 Ol 78 23 - 3 OPERATION AND MAINTrNANCE 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. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recotnmended 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 pai�ts 1) Function, normal operating characteristics and limiting conditions 2) Performance cuives, 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 insh•uctions 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. Seivicing 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 pai�ts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH . Sanitary Seio�er Rehabilitation Conlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised Ju(y l, 2011 O 1 78 23 - 4 OPGRATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quautities to be maintained in storage k. Other data as required undei• pertinent Sections of Specifications 3. Content, for each elech•ic and electronic system, as appropriate: a. Description of system 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. Circuit directories of panelboards 1) Electrical service 2) Contt•ols 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and nornlal operating instructions 2) Sequences r•equired 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4} �djus�mer�t a�d checicir�g £ Manufacturer's printed operating and maintenance instt•uctions 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 undei• pei�tinent 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 MAINTENANC� MAT�RIAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSIJRANC� A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Slcilled as technical writer to the extent required to communicate essential data 3. Slcilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Sar�ilary Seiver Rel7nbililation Conti•acl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Cih� Proiect No. 01489 Revised July l, 2011 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIV�RY, STORAG�, AND HANDLING [NOT US�D] l.11 FI�LD [SITE] CONDITIONS [NOT US�D] 1.12 WAI2I2ANTY [NOT US�D] PART 2 - PRODUCTS [NOT US�D] PART 3 - �X�CUTION [NOT US�D] END OF SECTION CITY OF FORT WORTH Smaita�y Sei>>er Reha6ilitation Conb�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit�� P��oject No. 01489 Revised July 1, 2011 017839-1 PROJGCT RECORD DOCUMENTS Page 1 of 4 S�CTION O1 78 39 PROJECT RECORD DOCUMENTS PART1- G�NERAL 1.1 SUMMARY A. Section Includes: l. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Speciiication 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. Worl< 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 ADMINISTRATIV� REQUII2EMENTS [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 SUBMTTTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records l. 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 entty is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Sanitary Seiver.Rehabilitalion Co�ztract 77 Crty Pi�oject No. 01489 01 78 39 - 2 PROJGCT' RECORD DOCUMGNTS 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 e�amination. 1.10 STORAG� AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected froin deterioration and fi•om loss and damage until completion of the Work and transfer of all recor•ded data to the iinal Project Record I��cumPnts. 2. In the event of loss of i•ecorded data, use means necessaiy to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WAI2I2ANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FiJRNISH�D [oR] OWN�R-SUPPLI�D PRODUCTS [NOT USED] 2.2 R�CORD DOCUM�NTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractar•, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final I�ispection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT US�D] PART 3 - EX�CUTION 3.1 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT US�D] 3.3 PIt�PARATION [NOT US�D] 3.4 MAINT�NANC� DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Sanitnr�� Seiver Relrabil�tation Contract 77 STANDARD CONSTRUCTION SPECIFICAI'[ON DOCUMENTS Cily Proiect No. 01489 Revised Ju(y 1, 2011 O1 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review ' by the City, until start of t1•ansfer of data to �nal Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Su►•vey a. At a minimum, in accordance with the intervals set forth in Section Ol 71 23, clearly mark any deviations fi•om Contract Documents associated with installation of the infi•astructure. 4. Malcing ent�•ies on Drawings a. Record any deviations fi•om 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. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate infoi�rnation as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the coi7�esponding final docutnents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH - Sar�ita�y Seive�� Rehabilitation Conlract 77 STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS Ciry P�•oject No. 01489 Revised July l, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attentioii to each entiy by drawing a"cloud" around the area oe areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear i•ept•oduction. 2. Transfer of data to other pocumeuts 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 Dl�awings, will be accepted as iinal Record Documents. b. If any such Document is not so approved by the City, sectu•e a new copy of that Document from the City at the City's usual charge for reprodtiiction and handling, and carefully tt•ansfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 I2E-INS�ALLATI01�1 [1�10'� iTS�D] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.� SYSTEM S'�'ARTUP [NOT USEii] 3.9 ADJUSTING [NOT USED] 3.i� �i,iAl�1i?�TiT [i�Tvi iJSi,i�j 3.11 CLOS�OUT ACTIVITI�S [NOT USED] 3.12 PROT�CTION [NOT US�D] 3.13 MAINT�NANC� [NOT US�D] 3.14 ATTACHM�NTS [NOT US�D] I tl ►`L1Z�1;I�.y D1�11�7�7►� Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Seri�er Relrabilitation Conh�act 77 CTAj�i�tLRil l_Qj�jCTRTiC TTQN �PR(TFT�ATT(1N DOCT_1M_F.NTC Cih� Prniect Nn. 01489 Revised July l, 2011 � �� h 0 � � 9 , Division 02 — Existing Conditions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 20l 1 Snnitary Seiver Rehabilitation Con�ract 77 City Project No. 01489 1 024113-1 SELECTIVE SI'I'E 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 1. 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 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 A. Measurement and Payment l. 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. £ Remove Guardrail: measure by the linear foot along the face of the r�ail in place including metal beam guard fence transitions and single guard rail terminal sections fi•om 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 OE FORT WORTH Sanita�}� Sewer Rehabilitcrtio�a Conn•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjecJ AJo. 01989 Revised July 1, 2011 024113-2 SELECTIVE SI"I'E DEMOLITION Page 2 of 5 b. c. d. e. f. g• Remove Sidewallc: fiill compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewallc adjacent to or attached to retaining wall (including sidewallc that acts as a wall footing) shall be paid as sidewalk removal. Remove Steps: full compensation for saw cutting, reinoval, hauling, disposal, tools, equipment, labor and incidentals needed to execute worlc. Remove ADA Ramp and landing: full compensation foi• saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes ramp landing removal. Remove Driveway: full compensation for saw cutting, r•emoval, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. Remove Fence: full compensation for removal, hauling, disposal, tools, equipment, labot• and incidenta(s needed to remove fence. Remove Guardcail: fiill compensation for r•emoving materials, loading, hauling, unloading, and storing or disposal; fiit•nishing backfill material; bacicfilling the postholes; and equipinent, labor, tools, and incidentals. Remove Retaining Wall (less than 4 feet tall): fi►11 compensation for saw clztting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute worl<. Sidewallc adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. h. Remov� Mailb�X; fi11 ,�,rrP„�at;�„ fr�i• 1�Pm�va1, I1�L�l�ng, rl;s��sal, tool_s, 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 �vork. j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. 1.3 I2�F�RENC�S A. Definitions 1. Impr•oved Driveway: Driveway constructed of concrete, asphalt paving or bricic unit pavers. CITY OF FORT WORTH Sanitary Setiver Rehabililation Contrnet 77 STANDAFZD CONSTRUCTION SPECIPICATION DOCUMENTS City Proiect No. 01489 Revised July 1, 2011 024113-3 SELGCTIVE SITE DEMOLITION Page 3 of 5 1.4 ADMINISTRATIVE REQUIR�MENTS [NOT USED] 1.5 SUBMITTALS (NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSURANC� [NOT USED] 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARItANTY [NOT US�D] PART 2 - PRODUCTS 2.1 OWNER-FURNISH�D PRODUCTS [NOT USED] 2.2 MATERIALS A. Fill Material: See Section 31 23 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT US�D] PART 3 - EXECUTION 3.1 INSTALLERS (NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL A. Remove Sidewalk 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. B. Remove Steps 1. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. C. Remove ADA Ramp l. Sawcut existing curb and gutter and paveinent prior to wheel chair t•amp removal. See 3.4.K. 2. Remove ramp to nearest existing dummy, expansion or construction joint on existing sidewallc. 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 Sanita�y Sei+�er Rehabilitation Cor�n�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec! No. 01489 Revised July I, 2011 0241 13-4 SELECI'IVE 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, expansion or construction joint on existing sidewallc. E. Remove Fence 1. Remove all fence components above and below ground and backfill with acceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials inay be used to reconstruct fence as approved by City or as shown on plans. 4. CONTRACTQR z•espons�ble fo,• kee�ing animals (liv�sto�ic, �Pts, etc.) within tlle, fenced areas during construction operation and while removing fences. F. Remove Guardrail l. Remove rail elements in original lengths. 2. Remove fittings fi•om the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and bacicfill the hole with matei•ial equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man. G. Remove Retaining Wall (less than 4 feet tall) 1. Remove wall to neat•est 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 t�etaining 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 l. Remove r•ip rap to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. J. Remove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete stiuctures 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. Brealc or perforate the bottom of structures to remain to prevent the eni�•apment of water. K. Sawcut 1. Sawing Equipmeut a. Power-driven CITY OF FORT WORTH Sa�aitary Sewer Rehabilitalion Condracl 77 STANDARD CONSTRUCTION SPECIPICATION DOCUMEN"CS Ciry Project No. 01489 Revised July 1, 201 I � - 02 41 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 5 b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fi-acture the pavement to the removal area 2. Sawcut perpendicular to the surface completely tlu-ough existing pavement. 3.5 REPAIR [NOT USED] 3.6 IZE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT US�D] 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 USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec� No. 01489 Revised Jidy 1, 201 I 024114-1 UTILITY REMOVAL/ABANDONMENT Page 1 of 15 S�CTION 02 41 14 UTILITY REMOVAL/ABANDONMENT PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitaiy Sewer Junction Boxes I. Storm Sewer Lines m. Storm Sewer Manhole Riseis n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 OS 24 — Installation of Can•ier 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 PAYMENT PROCEDURES A. Utility Lines ' l. Abandonment of Utility Line by Grouting a. Measurement CITY OF FORT WORTH Sanitary Setiver Rehabilitatio�i Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 02 41 14 - 2 UTILITY REMOVAL/ABANDONMENT Page 2 of 15 1) Measurement for this Ite►n shall be per cubic yard of existing utility line to be grouted. Measure by ticl<ets showing cubic yards of grout applied. b. Paytnent 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yat•d 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 j Excavatio�i 5) Hauling 6) Disposal of e�cess materials 7) Furnishing, placement and compaction of baciciill 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and r�easa.�d as p.�v:ueu urde: "1V�easa.�:nent" s1:a11 b� paid far ut t�:e unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of bacicfill 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 subsidiaiy 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. Payment CITY OP FORT WORTH Sanilary Seiver Rehabilitalion Corzlracl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Proiecl No. 01489 Revised Ju1y 1, 2011 024114-3 UTILITY REMOVAL/ABANDONMENT Page 3 of 15 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid sha11 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 bacic�ll 8) Clean-up B. Water Lines and Appurtenances 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measuretnent 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 materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM CITY OF FORT WORTH Sanitary Seiver Rehabilitatio�� Conh�act 77 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Ciry Project No. 01489 Revised Jufy 1, 2011 02 41 14 - 4 UTILITY REMOVAL/ABANDONMENT Page 4 of I S 6) Disposal of excess material 7) Furnishing, placement and compaction of backfll 8) Clean-up Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work pecformed and materials furnished in accordance with this Item and measut�ed as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) ivieasurement for this ltem wiii be per eacn water valve to be removed and salvaged. b. Payment 1) The work performed and mater•ials furnished in accordance with this Item and measured as provided under "MeasuremenY' 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) Deliveiy to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and matet•ials 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 Sanitary Sewer Reha6i(itation Conh•nc! 77 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS � Crty Projeci No. 01489 Revised July 1, 201I 0241 14-5 UTILITY REMOVAL/ABANDONMENT Page 5 of I S ;! 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Fi�-e Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fit•e hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' 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 undet• "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" foi: a) Various sizes c. The price bid shall include: 1) Removal and salvage of water meter 2) Deliveiy to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess mater•ials 7) Furnishing, placement and compaction of backiill 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The worlc 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 Sanitary Sewer Rehabilitnlion Conh•nct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 201 I 0241 14-6 UTILITY REMOVAL/ABANDONMENT Page 6 of 15 c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furuishing, placement aud 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. Payrnent 1) The work performed and materials fiirnished in accordance with this Item and measured as pt•ovided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and deliveiy of cast iron lid to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delively of any water meters to City, if applicable .�i j i aV8ii72lli iciT'iOJai 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 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug � c. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. Paymeut 1) The worlc performed and matet•ials 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 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 bacl<fill R� C'laan_»r 2. Sanitaty Sewer Manhole Removal a. Measui•ement CITY OF FORT WORTH S�nitary Sewer Rehabilrtation Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS � Cih� Proieci No. 01489 Revised July I, 2011 � � 024114-7 UTILITY REMOVAL/ABANDONMENT Page 7 of 15 1) Measurement for this Item wiil be per each sanitary sewer manhole to be removed. b. Payment 1) The woric performed and inaterials furnished in accordance with tliis Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of 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 Sti•ucture 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 abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM CITY OF FORT WORTH Sanitary Seu�er Rehabili�a[ion Conlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July l, 201 I oaal �a-a UTIL[TY REMOVAL/ABANDONMEN"I' Page 8 of IS 6) Disposal of eacess material 7) Furnishing, placement and compaction of bacic�ll 8) Clean-up Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer mauhole to be removed. b. Payment 1) The work pei•formed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for• at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of 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 bacicfill 8) Clean-up 3. Storm Sewer Junction Box Removal a. ivieasurement 1) Measuretnent for this Item will be per each storm sewer junction struchu�e to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided undet• "Measm�ement" 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 deliveiy of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Fut•nishing, 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 accoi•dance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure CITY OF FORT WORTH Sa�titary Setiver Rehabililalio�t Conli•ac! 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Ciry Proiect No. 01489 Revised July 1, 2011 02 41 14 - 9 UTILITY REMOVAL/ABANDONMENT Page 9 of 15 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 backfll 8) Clean-up 5. Storm Sewer Inlet Removal a. Measureinent 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, placement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Reinoval 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 back�ll 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET) to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' shall be paid for at the unit price bid per each "Remove HeadwalUSET". CITY OF FORT WORTH Sanitary Sex�er Rehabrlitalion Conb�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Pi�oject No. 01489 Revised July 1, 2011 02 41 14 - 10 UT[LITY REMOVAL/ABANDONMENT Page 10 of 15 The price bid shall include: 1) Removal and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of eacess materials 6) Furnishing, placement and compaction of bacicfill 7) Clean-up 8. Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and ineasured 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. Tl1e price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation 4) Hauling ✓ j Disr�sal of l'AIJI�JJ iila�eilaiS 6) Furnishing, placement and compaction of bacl<fill 7) Clean-up 1.3 ItEFERENCES [NOT USED] 1.4 ADMINISTRATIVE I2�QjTIR�1I�IENTS A. Coar•dination l. Contact Inspector• and the Water Depai�tment Field Operation Storage Yard for coordination of salvage material t•eturn. 1.5 S�TSMITTAY.S [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSiIItANC� [NOT US�D] 1.10 D�LIV�RY, STORAG�, AND HANDLING A. Storage and Handling Requirements 1. Protect and salvage all materials such that no damage occurs during delivety to the City. CITY OP PORT WORTH Sanilary Seri�er Rehabilitafion Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS � Cin� Project No. 01489 Revised Jufy 1, 2011 0241 14-11 UTILI'CY REMOVAL/ABANDONMEN'I' Page 11 of 15 1.11 FI�LD [SITE] CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT US�D] PART2- PRODUCTS 2.1 OWN�R-FURNISHED [orz] OWN�R-SUPPLI�D PRODUCTS [NOT US�D] 2.2 MATERIALS 2.3 ACCESSORI�S [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 REMOVAL, SALVAGE, AND ABANDONMENT A. Water Lines and Appurtenances 1 2. Water Line Pr•essure 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 rnechanical 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 backf'ill 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 OS 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug using: a) A faUricated 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. Water Line Abandonment Plug CITY OF FORT WORTH Sanitary�'eii�erRehabilitation Co�atrnct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 201 I 02 41 14 - 12 UTILITY REMOVAL/ABANDONMENT Page 12 of 15 a. Excavate and backfill in accordance with Section 33 OS 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Eacavate and backfill in accordance with Section 33 OS 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and bacicfill in accordance with Section 33 OS 10. b. Cut eaisting line fi•om the utility system prior to removal. c. Cut any seivices prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 5. Water Valve Removal a. Excavate and Uacicfill 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 Reinoval and Salvage a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged matei•ial to the Water Department Field Operation Storage Yard. d. Protect salvaged materials fi�om damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and bacicfill 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 plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials fi•om damage. 9. Water Meter Removal and Salvage a. Reinove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non-cast iron meter boa lid. 3) Retut•n salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of ineter box. 1(1. WatPr �amp1P Ctatinri RPmpyal an�l �alyaoe a. Remove and salvage existing water sample station. CITY OF FORT WORTH Sanita��� Sewer Reltnbilitalion Conh•net 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Ciry Proiecl No. 01489 Revised July 1, 2011 � 02 4l 14 - 13 U"I'IL["I'Y REMOVAL/AI3ANDONMENT Page 13 of IS b. Deliver salvaged material to the Water Department Field Operation Storage Yard. 11. Concrete Water Vault Removal a. Excavate and bacicfill in accordance with Section 33 OS 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. £ 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 Abandomnent 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 bacl<fill 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. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 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 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. C. Storm Sewer Lines and Appurtenances Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 OS 10. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Sanita�7� Seiver Rehabilitation Cor1b•act 77 Cily Project No. 01489 02 41 14 - 14 U"I'ILITY REMOVAL/ABANDONMENT Page l4 of 15 b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Gr•outing a. Excavate and backfill in accordance with Section 33 OS 10. b. Dewater the existing line to be grouted. a Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 ot• 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 b_y Cit_y. 4. Storm Sewer Manholes Removal a. Excavate and bacicfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete inanhole. c. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and baciciill in accordance with Section 33 OS 10. b. Demolish and remove entit•e 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. V. L�+1�VIISi1 uI'iCi i8iT10V� i.Il�1i� CCT'iCi�i�. i1'ili.i. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Cut existing line fi•om 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. a Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and bacl<fill in accordance with Section 33 OS 10. b. Remove existing pipe line and dispose as approved by City. 3.5 R�PAIR / RESTORATION [NOT USED] 3.6 I2E-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT US�D] 3.10 CL�ANING [NOT US�D] 3.11 CLOS�OUT ACTIVITI�S [NOT US�D] 3.12 PROT�CTION [NOT USED] CITY OP P'ORT WORTH Sanitary Sewer Rehabi/itnlion Conlracl 77 STANDARD CONSTRUCTION SPECIFICA"I'ION DOCUMENTS - Cih� Proiect No. 01489 Revised July I, 2011 02 41 14 - I S UT[LITY REMOVAL/ABANDONMENT Page 15 of I S 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT US�D] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Snnila�y Seive�• Rehabilitatron Coizh•act 77 Ciry Project No. 01489 024115-1 PAV[NG REMOVAL Page l of 6 SECTION 02 41 15 PAVING REMOVAL PARTl- GEN�RAL l.l SUMMARY A. Section Includes l. Removing concrete paving, asphalt paving and brick paving. 2. Retnoving 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 fi•om 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 PROCEDUI2ES A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thicicness. 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. a 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 STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Sanita��� Seiver Rehabilitation Conh•act 77 City Project No. 01489 0241 15 -2 PAVING REMOVAL Page 2 of 6 d. Remove Concrete Curb and Gutter: fiill compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. e. Retnove Concrete Valley Guttei•: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to eaecute work. £ Wedge Milling: full compensation for all milling, hauling mil(ed material to salvage stocicpile or disposal, tools, labor, equipment and incidentals necessary to execute the worlc. g. Surface Milling: full compensation for all milling, hauling milled matet•ial to salvage stocl<pile or disposal, tools, lal�or, equipment and incidentals necessaiy to eaecute the work. h. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor•, equipment and incidentals necessaty 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 r�emoval, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the wor•k. 1<. No payment for saw cutting of pavement or cut�bs and gutters will be made iinrlPr th1S SPCt�on. LnClU(jP �QSt Of St!C}1 �unrk in iipit ppi�Pc fpr itPrrZc lictPra ir� bid form requiring saw cutting. l. No payment will be made far work outside maximum payment limits indicated on plans, or for pavements or structures r•emoved for CONTRACTOR's convenience. 1.3 ItEFERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratoiy Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH Sanitary Seiver Relrabilitation Conh•ael 77 STANDARD CONSTRUCTION SPECIP'ICATION DOCUMENTS � City� Prnjer.t Nn. 014R9 Revised July 1, 2011 0241 15 -3 PAVING REMOVAL Page 3 of 6 1.4 ADMINISTRATIV� REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT US�D] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCT5 [NOT USED] 2.2 EQUII'MENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS (NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth r•emoved. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing l. Sawing Equipment. a. Power-driven. b. Manufactured for the purpose of sawuig pavement. c. In good operating condition. d. Shall not spall or fi•acture the pavement sh�ucture 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 . Sa�ailary Seiver Rehabilitalion Conlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci1�� ProjecJ No. 01989 Revised July 1, 2011 0241 IS-4 PAVING REMOVAL Page 4 of 6 4. If a sawcut falls within 5 feet of an en existing dummy joint, const►�uction joint, saw joiut, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Recnove 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 l. Sawcut: S�e 3.4.B. 2. Minimtiin liinits of removaL• 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stocicpile area by removing vegetation and tcash and by providing for proper dr�ainage. F• M=���='-a 1. General: a. Mill surfaces to the depth shown in the plans or as directed. U. Do not damage or disiigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to malce rough. d. Provide safe temporaty transition where vehicles or pedestrians must pass ovei• the milled edges. e. Remove excess material and clean milled surfaces. £ 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 bricic base. See 3.3.G. for bricic paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thicicness in a five-foot rninimum width. b. Self-propelled with sufficient power, traction and stability to maintain accueate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut fi•om the surface of the roadway and discharge the cuttings into a trucic, all in one operation. d. Equipped witl� means to control dust created by the cutting action. e. Equipped with a mamial system providing for uniformly varying the depth of cut while the machine is in motion malcing it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. £ Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. C1TY OF FORT WORTH Sanitary Seri�er Rehabilitalion Contracl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Citv Projec! No. 01489 Revised Jufy l, 2011 024! 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 worlcmanship 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 suriace, in association with the wedge milling b. c. d. e. f. g• operation. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. 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. 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 contimiity of the asphalt surface. 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. 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. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 1. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 3.5% Portland cement. b. See Section 32 11 33. 3. Mixing: see Section 32 11 33. 4. Compaction: see Section 32 11 33. CITY OF FORT WORTH STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Sanitaiy Sewer Rehabilitalion Con/racl 77 Ciry Project No. 01489 02 41 I S- 6 PAV [NG REMOVAL Pagc 6 of 6 3.5 3.6 5. Finishing: see Section 32 11 33. 6. Curing: see Section 32 11 33. 7. If the e�isting 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. Reinove 2-inch the total pulverized amount. L Remove speed cushion 1. Scrape or sawcut speed cushion fi�om existing pavement without damaging existing pavement. REPAIR [NOT USED] I2�-INSTALLATION [NOT US�D] 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 Pi2nTT(".'i'TQTT [1v(lT TJ�Fi,I 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanila�y Seiver Rehabilitnlion Conh•nct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Ciry Proiect No. 01489 Revised July I, 2011 . .. . l• � � . . . . � . , . � �` . . ,� _ , . � , , ; k . . _ j . _ " i_ i � . . . . . . .. . :ti, kL .�' i, � . _ .. , _ . .: . ' : • � � �� . . ... - ..� - . �: " y, - . � � . � , - - � Y . ,. . ' , .i .. .. . � ' -' � � � � .: �. � � � ' '. . . _ . .. ^+� � � - � . , . ' � . . . . . . .. .. _ e ._ =3 _ - . .. . . . : . . . . .y, � Division 03 - Concrete CITY OF FORT WORTH Snnilnry Setiver Reliabilitatior� Contracl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 01489 Revised July I, 2011 03 30 00 - I CAST-IN-PLACE CONCRETE Page l of 25 S�CTION 03 30 00 CAST-IN-PLACE CONCRETE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placetnent procedures and finishes, for the following: a. Piers b. Footings c. Slabs-on-grade d. Foundation walls e. Retaining walls £ Suspended slabs g. Blocking B. Deviations fi•om 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. Measurement a. This Item is considered subsidiaiy to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiaiy to the structure or Items being placed and no other compensation will be allowed. 1.3 REFEI2ENCES A. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast-furnace slag 5) Silica fume b. Subject to compliance with the requirements of this specification CITY OF PORT WORTH Sanitary Seiver Rehabilitation ConU•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Projecl A�o. 01489 . _ _ Revised July 1, 2011 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 25 B. Reference Standards 1. Reference standards cited in this Speci�cation refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Alnerican Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made fi�om Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete �. A_CT 345.1 SpP�ifcat�on for• H�t �IP�L�:.Pi'.� �Ol:cret:ng d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete £ ACI 318 Building Code Requirements for Stc•uctural Concrete g. ACI 347 Guide to Formworlc for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structut•al 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 Bais for Conerete Reinforcemeirt. £ C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specifcation for Ready-Mixed Concrete. lc. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Moi�tats (LJsing 2-inch or {50-milimeter] Cube Specimens) 1. C 143, Standard Test Method for Slump of Hydraulic-Cement Concr•ete. m. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C23 l, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. r. C260, Standard Specification for Air-Entt•aining Admixtures for Concrete. r+n n cv,. _ t r r r• • � T- t-- r� �_ _t � r_ .. S. l.Jt�7� Jl'dIl aCU .S�10C111GQlLOt1 lUi' LICiUIU PV1CfIlUi'�[lE-t'OI'1I1111� I.UIIlIJUUIIUJ lUt Curing Concrete. CITY OP FORT WORTH Sanitary Se�ver Rehabilitation Contracl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S Ciry Projec! No. 01489 Revised July 1, 2011 033000-3 CAST-IN-PLACG CONCR�TG Page 3 of 25 G'� 7 t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. w. C989, Standard Specification for• Ground Granulated Blast-Furnace Slag for Use in Concrete and Moi�tars. x. C1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C1064, Standard Test Method for Temperature of Freshly Mi�ed Hydraulic- Cement Concrete. aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. American Welding Society (AWS). a. Dl.l, Structural Welding Code - Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Speciiication for Construction and Maintenance of Highways, Streets ' and Bridges 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast-in-place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast-in-place concrete b. Concrete mix designs c. Grouting 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. CITY OF FORT WORTH Sanitary Setiver Rehabilitation Conh•act 77 STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 25 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 mit design with a record of past performance. 3. Submit alternate design mixtures when characteristics of materials, Project coudi- tions, weather, test z•esults or other circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Project site. a. Include this quautity on deliveiy ticket. C. Steel Reinforcement Submittals for Iuformation L Mill test cei�tificates of supplied concrete reinforcing, indicating physical and chem- ical analysis. i.7 CLOS�OUT SUI3MITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1,9 QUAI,ITY ASSUI2ANC� A. Manufacttu•er Qualifications 1. A firm experienced in manufacturing ready-mixed conct�ete 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 fi•om 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 tlu�ough 5 b. ACI 117 D. Concrete Testing Service Engage a qualified independent testing agency to perform material evaluation tests. 1.10 D�LIV�RY, STORAG�, AND HANDLING A. Steel Reinforcement 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. �. f5::'O;� �^u:::�bl::b �^^u�'.1:�*3 ^:: 5���� :'.P.::::�J:C::2:�:1+. CITY OF FORT WORTH Sanilary Seii�er Rehabilitation Contract 77 STANDARD CONSTRUCTION SP�CIFICATION DOCUM�NTS City Projecl No. 01489 Revised July I, 2011 033000-5 CAST-IN-PLACE CONCRETE Page S of 25 B. Waterstops Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. L11 FIELD CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT USED] I�-.y If►�� 3f]�iZ�K`� 2.1 OWN�R-FURNISH�D OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers l. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufactureis offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form-Facing Materials 1. Rough-Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-inch x 3/4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC ar rubber strips b. Kerfed for ease of form removal 4. Form-Release Agent a. Commercially formulated form-release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form-facing materials, formulate with rust inhibitor. 5. Form Ties 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 Sm�itmy Seiver• Rehabilitation Corttracl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01989 Revised Ju(y 1, 2011 03 30 00 - 6 CAST-IN-PLACE CONC[�TE Page G of 25 d. Furnish ties with integral water-barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinfor•cing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bais (smooth) b. Cut bars true to length with ends square and fi�ee of burrs. 2. Bar Supports a. Bolsters, chairs, spacets and other devices for spacing, supporting and fastening reinforcing bais and welcied wire reinforcement in place b. Manufacture bar supports fi•om 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 eaposed 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 suppoi�ts. 2) For slabs-on-grade, provide sand plates, horizontal rutuiers or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies l. Steel Shapes and Plates: �iSTM �i36 2. Headed Studs: Heads welded by full-fiision process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchois 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Olclahoma b. ICwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout-filled masoniy. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instiuctions. b. The embedment depth of the rod shall provide a minimuin allowable bond strength that is equal to the allowable yield capacity of the rod, unless othet•wise speciiied. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Aciylic-Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 CITY OP FORT WORTH Sarrita�y Server Rehnbililation Contrncl 77 S'1'ANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 01459 Revised July I, 2011 03 30 00 - 7 CAS'I'-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 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of d'u•ect shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete sui•faces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with fiill depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. L Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C150, Type UII, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast-Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal-Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Pr�ovide 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 allcali 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 Admixtm�e 1) ASTM C494, Type A CITY OF FORT WORTH Sar:ilary Seiver RehnGilitation Ca7h•act 77 STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Crry Pr•ojecl No. 01489 Revised July l, 2011 033000-8 CAS'I'-IN-PLACE CONCRETE Page 8 of 25 d. e. f. g• h. Retarding Admixture 1) ASTM C494, Type B Water-Redlicing ai7d Retarding Admixture 1) ASTM C494, Type D High-Range, Water-Reducing Admixture 1) ASTM C494, Type F High-Range, Water-Reducing and Retarding Admixt�u�e 1) ASTM C494, Type G Plasticizing and Retarding Admixture 1) ASTM C1017, Type II K. Waterstops SeIf-E�panding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl r•ubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3�4- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Water•stop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreal<; Swellstop 4) Hemy Company, Sealants Division; Hydro-Flex 5) JP Specialties, Ina; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials l. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighin�; 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 Marlceting & 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 i u j ivieadows, vJ. it., inc.; I 1 uu i iear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E CITY OF FORT WORTH Sani�ary Seirer Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS Ciry Project No. OL489 Revised July 1, 2011 033000-9 CAST-IN-PLACE CONCRETE 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Horncure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials Bonding Agent a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styreue 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 temperatur•e and of grade to suit requirements, and as follows: 1) Types I and II, non-load bearing 2) N and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets ' a. Fabricate reglets of not less than OA217-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 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 c. � e. Repair Underlayment a. Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Overlayment Page 9 of 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Ju(y 1, 2011 Sanitary Seiver RehabiliJation Conh•act 77 City Project No. 01489 03 30 00-10 CAST-IN-PLACE CONCRETE I'age l0 of25 a. Cement-based, polymer-modified, self-leveling product that can be applied in thiclaiesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as de�ined in ASTM C219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate i j weli-graded, wasiied gravei, i/8 to i/4 incii or coarse sanci as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past perforinance a) Determination of required average strength above specified strength shall be based on the standard deviation recoi•d of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount de�ned by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratoty trial batches prepared in accordance with ACI 318, Chaptei• 5 3.3.2 to produce an average strength greatet• than the speciiied str�ength fc by the amotmt defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratoiy 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 percetrt 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 pe►•- cent 6) Silica Fume: 10 peccent CITY Or FORT WORTH SaniJmy Server Rehabrlitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 2011 03 30 00- 11 CAST-IN-PLACE CONCRE"I'E Page 1 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-Fut•nace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not e�ceeding 25 percent and silica fizme not exceeding 10 percent 3. Limit water-soluble, chloride-ion content in hardened concrete to 03 percent by weight of cement. 4. Adtnixtures a. Use admiatures according to manufactucer'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 wor•kability. d. Use water-reducing and retat•ding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. £ Use corrosion-inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to T�cDOT "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 deliveiy 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 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an , epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound ' installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. CITY OF FORT WORTH Sanitary Seiver Rel�abrlrtation Contr•act 77 STANDARD CONS'I'RUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 2011 03 30 00- 12 CAST-IN-PLACE CONC[Z�TE Page 12 of25 S. Concrete Mixing L Ready-Mixed Concrete: Measure, batch, mia, and deliver concrete according to ASTM C94, and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce miaing and delivety time fi•om 1-1/2 hours to 75 minutes; when ai1• temperature is above 90 degrees Fahrenheit, reduce mixing and deliveiy time to 60 minutes. 2. Project-Site Mixing. Measure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type batch machine mi�er. a. For mixer canaaity �f 1 cubic yard ox• smalle�•, continue mi�ing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any pat•t of batch is released. b. For mixer capacity latger than 1 cubie yard, iucrease 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, miature type, mixture time, quantity, and amount of water added. Record approximate location of �inal deposit in structure. 2.3 ACC�SSORIES [NOT US�D] 2.4 SOURC� QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 �XAMINATION [NOT US�D] 3.3 PI2EPARATION [NOT US�D] 3.4 INSTALLATION A. Formwot•lc 1. Design, erect, shore, brace, and maintain formworlc, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and consti•uction loads that might be applied, until structure can suppoi�t such loads. 2. Construct formworlc 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 conti•ol joints in concrete exposed to view less than 100 feet in height - 1/2 irich. 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 hei�ht but not more than 3 inches. CITY OF FORT WORTH Snnitary Se�ver Rehabililalioit Conh•acl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 03 30 00- 13 CAST-IN-PLACE CONCI2E'I'E Page 13 of 25 b. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs-on-grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of foi•med surfaces before removal of shores - 3/4 inch. d. Cross-sectional dimensions: Overall dimensions of beains, 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 othet� conditions - 3/8 inch in 10 feet. 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 iinished surfaces. 4. Construct fortns 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, bullcheads, 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 OP FORT WORTH Sa�zitary Seirer• Rehabilitation Conlract 77 ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Piroject No. 01489 Revised July l, 2011 03 30 00-14 CAST-IN-PLACE CONCRETE Page 14 of 25 8. Foundation Elements: Form the sides of all below grade portions of beams, pier caps, walls, and columns straight and to the liues and grades speci�ed. Do no eai•th form foundation elements unless specifically indicated on the Di�awings. 9. Provide temporaiy openings for cleanouts and inspection ports where interior area of formworlc is inaccessible. Close openings with panels tightly fitted to forins and securely braced to prevent loss of coucrete moi�tar. Locate temporaiy openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete. 11. Form openings, chases, offsets, sinkages, keyways, i•eglets, blocking, screeds, and vlili:i'ieauS 2'�C�Uli'�� 1ri iil� �OP�:. ie��l'Iii1i1� SiZ�S aii�' locatians f'.'OI31 �i'£,U��S providing such items. 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13. Retighten forms and bracing before placing concrete, as requii•ed, to prevent mortar lealcs 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. Fmb�dded 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 dc•awings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor rods, accurately located, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location of bolt group (center): '/2 inch 3) Rotation of bolt group: 5 degrees 4) Angle off vertical: 5 degrees 5) Bolt projection: t 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 similac parts of the Worlc that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fatu�enheit for 24 houts after placing concrete, if concreie is nard enougn io no't oe damaged'oy iorm-removal operaiions anu curing and pi•otection operations are rnaintained. CITY OF FORT WORTH Sanrtary Seiver Rehabi(itntion Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS City Project No. 01489 Revised July l, 2011 03 30 00 - 1 S CAST-IN-PLAC� CONCIZETE Page 15 of 25 3 L'� Leave formworlc for beam soffts, 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 speciiied 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylindec 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 speci�ed 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. a. b. c. d. e. f. g• h. i. Clean and repair surfaces of forms to be reused in the Worlc. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. 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 Sanitary Setive�� Rehabilitaiion Co»h•act 77 " STANDARD CONSTRUCTION SP�CIPICATION DOCUMENTS Ciry Projeci No. 01489 Revised July 1, 2011 03 30 00-16 CAST-IN-PLACE CONCR�TE Page 16 of 25 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adec�uate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. Ge�ieral: Comply with CRSI's "Manual of Standard P►•actice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retardei• befor�e placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materiais that woulci reduce bond to concrete. 3. Accurately position, suppoi�t, and secure reinforcement against displacement. Locate and support reinfor•cement with bar suppot•ts to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, whet•e indicated. Only steel conforming to ASTM A706 may be welded. 4. I�istallation tolerances a. Top and bottom bais in slabs, girders, beams atid joists: 1) Members 8 inches deep or less: �3/8 inch 2) Members more than 8 inches deep: �l/2 inch b. Conct•ete 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 gt•ound: 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 bais where not specified on the documents. Do not lap splice no. 14 and 18 bais. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepat•e all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints tiue to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appeai•ance 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 reiniorcemeni inrougii sides oi sirip piacemenis oi rioors and siabs. b. Form lceyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. CITY OF FORT WORTH Sunita��� Seiver Rehabili�ation Co�ap�act 77 STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Cit�� Project No. 01489 Revised July l, 2011 03 30 00 - l7 CAST-IN-PLACE CONCRE"tE Page 17 of 25 a Locate joints for beams, slabs, joists, and girders in the middle tllird of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings oi• floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walis, near corners, and in concealed locations where possible. £ Use a bonding agent at locations where fi•esh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete ' bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self-Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. 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 WOR"CH Sanilary Sewer RehaGilrtatiorz Co�:b•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July l, 2011 03 30 00-18 CAS'I'-IN-PLACE CONCRETE Page 18 oP25 b. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. c. Do not use vibratoi•s to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to tiine necessaty 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 fc•eely any distance greater than 10 feet for concrete containing a high range water reciucing admixture (superpiasticizerj or 5 feet for other concrete. Provide chute or tremie to place concrete where longer deops are necessary. Do not place conci•ete into excavations with standing water. If place of deposit cannot be pumped diy, pour concrete ttu•ough a tremie with its outlet neat• the bottom of the place of deposit. e. Discard pump priming grout and do not use in the sh�ucture. 5. Deposit and consolidate concrete for floois and slabs in a continuous opei•ation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement opeeations so concrete is thoroughly worlced around reinforcement and other embedded items and into corners. b. Maintain reinforcenient in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strilce 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 fur•ther disturb slab surfaces before starting finishing operations. 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work fi�om physical damage or reduced strength that could be caused by frost, fi•eezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Faht�enheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. b. Do not use fi•ozen 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 antifi•eeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or div areas. J. Finishing Formed Surfaces CITY OF FORT WORTH Sanilary Sewer Rehabililation Conlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S Ciry Project No. 01489 Revised July 1, 2011 03 30 00 - 19 CAST-IN-PLACG CONCRE7'E Page l9 of 25 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing inaterial , with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other h•ades 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 elech�ical equipment during pouring of concrete fill. 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete fi•om premature diying 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 Sanitary Seiver Rehabilitatron Conlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Project No. 01489 Revised July l, 2011 03 30 00 - 20 CAST-IN-PLACE CONCRETE Page 20 of 25 � c. K�� ��is 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers Moisture-Retaining-Cover Curing: Cover concr•ete surfaces with moisture- retaining cover for curing concrete, placed iu widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape oi• adhesive. Cuee for not less than 7 days. Immediately repair any holes or tears d�u•ing curing period using covei• material and waterproof tape. 1) Moisture cure or use moisture-retaining covers to cure concrete sucfaces to receive floor coverings. 2) ivioisttu�e 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 uot interfere with bonding of floor covering used on Project. Curing Compound; Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat ai•eas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. A. Concrete Surface Repairs 1. Defective Conerete: Repait• and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dty-pacic patching mortar, consisting of 1 part poitland 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, cracics, spalls, air bubbles, honeycombs, rock pocicets, 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, rocic pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to 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 pot�tland 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. CITY OF FORT WORTH Sanitary Seiver Re/rnbilitation Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July l, 2011 03 30 00 - 21 CAST-IN-PLACE CONCIZETE Page 21 of 25 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for �nish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely tlu•ough unz•einforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracl<s 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 speciiied 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 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placemeut, including conveying and depositing 5. Curing procedures and maintenance of curing temperature 6. Verification of concrete strength before removal of shores and forms fi•om beams and slabs CITY OF FORT WORTH Sanitary Seiver Rehabilitatio�r Contract 77 STANDAI2.D CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 03 30 00-22 CAST-IN-PLACE CONCRETG Page 22 of 25 C. Concrete Tests: Perform testing of composite samples of fi•esh 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 t11an 25 cubic yard, plus 1 set for each additional 50 cubic yard or fi�action 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. Pei•form additional tests when concrete consistency appeais to change. 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for e<ct: aamY�site sample, but not �ess t::an l test �: eua:: �ay�'s t,�u� cf eaal� c�.:a, ete mixture. 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 degr�ees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive-Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold 1 cylinder for testing at 56 days as needed. 7. When strength of field-cured cylinders is less than 85 percent of companion laboratoiy-cured cylinders, evaluate operations and provide corrective procedures for protecting and ctu�ing in-place concrete. 8. Strength of each concrete mixture will be satisfactoiy if every average of any 3 consecutive compressive-strength tests equals or exceeds specified coinpressive strength and no compressive-strength test value falls below specified compressive strength by moc•e than 500 psi. 9. Repoi�t test results in writing to Engineer, concrete manufacturec•, and Contractor within 48 hours of testing. Repoi�ts 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 sn�ength, and type of brealc for both 7- and 28-day tests. 10. Additional Tests: Testing and inspecting agency shall mal<e additional tests of concrete when test results indicate that slump, ait• entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. CITY OP FORT WORTH Sanita�y Server Rehabilitation Conh•acl 77 STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Cih� Pt•oject No. 01489 Revised Jufy 1, 2011 03 30 00 - 23 CAST-IN-PLACE CONCR�'I'G Page 23 of 25 a. When the strength level of the concrete for any portion of the structut•e, 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 Contractois expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost to the City. 11. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 houts of finishing. E. Concrete Finish Measurement and Tolerances l. All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot inteivals 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 f 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, fi�om elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forins. c. Measurement Standard: All floors are subject to measurement for flatness and levelness, according to ASTM E1155. 2. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as speciiied herein. 1) Minimum Local Value: The ininimum 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 cont�ol joint lines C1TY OF FORT WORTH Sanitary Sewer Rehabilitatior� Cor:tract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 201 I 03 30 00 - 24 CAS'C-IN-PLACG CONCRETE Page 24 of 25 b. Test sample ineasurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a spacing to be detet�mined by the City's testing agency. a The precise layout of each test section shall be determined by the City's testing agency. 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. 1) Slabs Overall Value FF45/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: �'/4 inch 2) Top surfaces of formed slabs measured prior to removal of supporting shor•es: � 3/a inch 3) Top surfaces of all other slabs: � 3/4 inch 4) Slabs specified to slope shall have a tolerance fi�om the specified slope of 3/8 inch in 10 feet at any point, up to 3/4 inch fi�om theoretical elevation at any point. 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING 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 r•equirements of the Drawings and Specifications. 2. Perform removal and replacement of concrete worlc in such manner as not to impair the appearance or strength of the structure in any way. B. Cleaniug 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floot•s, wash floors with clean water. 3. Leave finished concrete surfaces in a cleau condition, satisfactory to the City. CITY OF FORT WORTH Sanita�y Seiner Reliabilitafion Conh•acI 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 03 30 00-25 CAST-IN-PLACG CONCRETE Page 25 of 25 311 CLOS�OUT ACTIVITIES [NOT US�D] 3.12 PROT�CTION [NOT US�D] 3.13 MAINT�NANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanita�y Se�+�er Reha6i/italion Conl�•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 2011 033413-I CONTROLLrD LOW STRfNGTH MATERIAL (CLSM) Page 1 of 7 S�CTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable bacicfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forins and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 - Cast-in-Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 - Standard Specification for Air-Entraining Admixtures for Concrete. CITY OF FORT WOR1'H Snnilary Seive�• Rehabilitntion Conh�acJ 77 STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 03 34 13 - 2 CONTROLL�D LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 7. C618 - Standard Speciiication for Coal Fly Ash and Raw or Calcined Natural Pozzolan fot• Use in Concrete. 1.4 ADiVIII+IISTIZAT'IVE 12EQiJII2EIvI�I�1'I'S [NO'I' iJS�D] 1.5 SUBMITTALS A. Provide submittals in accordance with Section O1 33 00. B. All slibmittals shall be approved by the Engineer or the City prior to delivety and/or fabrication for specials. 1.6 AC3'ION SUBIVII'TTAI.S/II�tFORMA�'IONAI, SLTBIi�IIT'I'ALS A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including inix design calculations for inix proposed for use. C. Trial batch test data l. Submit data for each test cylindet�. 2. Submit data that identifies mix and siump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANC� [NOT USED] 110 D�LIVERY, STORAG�, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT US�D] PART 2 - PRODUCTS 2.1 OWNER-FUI2NISAED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYP�S AND MATERIALS A. Materials 1. Portland cement: Type II low all<ali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Watei: As speci�ed in Section 03 30 00. 4. Admixture: Air entraining admi�ture in accordance with ASTM C260. CITY OF FORT WORTH Sa»ilaiy Seri�er RehaGilrlation Contracl 77 STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July l, 2011 033413-3 CONTROLLED LOW STRENG"I'H MATER[AL (CLSM) Page 3 of 7 E 0 Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. Coaise aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 pec•cent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive sh�ength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re-excavated with conventional eacavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufiicient quantity to determine slump, workability, consistency, and to provide sufiicient test cylinders. CITY OF FORT WORTH Sai�rtary Sewer RehaGililation Conh•act 7� STANDAI2.D CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 2011 03 34 13 - 4 CONTROLL�D LOW STRGNGTH MA"I'ER[AL (CLSM) Page 4 of 7 B. Test cylinders: 1. Prepare test cylindeis iu accot•dance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c. Strike off the excess mater•ial. 2. Place test cylinders in a moist curing room. Exercise caution in moving and tcansporting the cylindeis since they are fcagile and will withstand only n�inimal bumping, banging, or jolting without damage. � Dt'i IlOi T'OiiiGVO tlic icSi Cj111I'iCiBi fiGiii iil0iti iiii`iii ilic i.j�iiiit��i" 1S iv uc Caj�j�cu aiili J . tested. 4. The test cylinders may be capped with standard sulfiic compound or neoprene pads: a. Perform the capping carefully to prevent premature fi•actuces. b. Use neoprene pads a miniinum of U2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perforin initial compression test until the cyliuders reach a minimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylindeis tested at 28 days shall be equal to or greater than the minimum required compr•ession strength, but not exceed maximum compression strength. D. If the trial batch tests do not meet the Speciiications for strength or densit-y, revise and resubmit the mix design, and prepare additional tcial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. 1. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. E. Determine slump in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi-continuous filling operation, slightly overfill, tap lightly, stcilce off, and then measure and record slump. CITY OF FORT WORTH Sanitnry Setiver RehaGilrlation Contrnct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Praject No. 01489 Revised July 1, 2011 033413-5 CONTROLLGD LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 PART 3 - EXECUTION 3.1 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT US�D] 3.3 PIZEPARATION [NOT US�D] 3.4 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compi•essive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or tlu•ough walls, pipes, conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow fi•eely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within � 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 3.5 REPAIR [NOT US�D] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1. During the progress of construction, the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratoiy by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: CITY OF FORT WORTH Sanita�y Seive�• Rehabi(ilation Conlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 201 I 033413-6 CONTROLLGD LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 � � e. f. 1) Fill the concrete test cylinders to overflowing and tap sides lightly to setYle the mix. 2) Do not rod the concrete mix. 3) Stcike off the excess material. Place the cylindeis in a safe location away fi•om the cotlstruction activities. Keep the cylinders moist by covering with wet buclap, or equivalent. Do not sprinlcle water directly on the cylinders. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylindeis are fi•agile and shall be handled carefiilly. The container may be a boa with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstanci only minimal bumping, banging, or jolting without damage. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. The test cylindets may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, aud 1/2 inch larger in diameter than the test cylinders. 3) Do not pet•form initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens talcen each day shall be deterinined by the Inspectar. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression stc•ength of the cylinders tested at 28 days shall be equal to or• greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after dischaige from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi-continuous filling operation, slightly over�ll, tap lightly, strilce off, and then measure and record slump. 6. If compressive strength of test cylindeis does not meet requirements, malce corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH Sanrtary Seiver RehaGilitation Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 2011 _ 033413-7 CONTROLLED i.OR� STI2ENGTH MATERIAL (CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 3.12 PROT�CTION [NOT USED] 3.13 MAINT�NANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 0 CITY OF FORT WORTH Sanitary Seiver Reltabilitalion Conb•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 033416-1 CONCRETE BASE MATER[AL FOR TRENCH R�PAIR Pagc I of 4 S�CTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART1- GENERAL fl��.Yllu_ ►Ti � /\i�•1 A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but ar�e not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-in-Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the str�ucture or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143, Standard Test Method for Slump of Hydraulio-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 Admi�tures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I Saniimy Seiver Rehabililation ConU�act 77 Ciry Project No. 01489 033416-2 CONCIZETE BASE MATERIAL FOR TRI�NCH REPAIR Page 2 of 4 1.4 ADMINISTRATIV� 12�QUIR�M�NTS [NOT US�D] 1.5 SUBMITTALS A. Provide submittals in accordance with Section Ol 33 00. B. All submittals shall be approved by the Engineec or the Ciry prior to deliveiy and/or fabrication for specials. L6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concc•ete backfill work. 1.7 CI.OS�OTJ�' SLT�IVIITTAI,S [NO'I' US�D] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [lo1OT US�Ii] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT US�D] PART 2 - PRODUCTS 2.1 OWN�R-FURNISH�D OR OWN�R-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYP�S 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 speciiied in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As speciiied in Section 03 30 00. 4. Admixtut•e a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No inore than 12 percent of fine aggregate shall pass a No. 200 sieve, and no nlastic fines shall be nresent. � . 6. Coaise aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH Sanilary Seiver Rehnbilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised Jufy 1, 2011 033416-3 CONCRETE BASE MATERIAL FOR'I'RENCH REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT US�D] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preset•ves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIl2 [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.'7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: l. 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 mixtm�e. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. C1TY OF FORT WORTH Sa�aita�y Seu�er Rehabilifation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Project No. 01489 Revised July 1, 2011 033416-4 CONCRE'I'E BASE MATERIAL POR TRENCH REPAIR Page 4 of 4 6. Compressive-Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 S�'ST�1l�d S�'AR'I'�JP [NOT iTS�D] 3.9 ADJUSTING [NOT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.�� P.���l`: � Lr1�r1�L il`:^ �:J�LL� 3.14 ATTACHMENTS [NOT USED] 1�►1 IZ�]-a%���ll Y [�]►`I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanita�y Se�ver Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS _ CitJ� Projec( No. 01489 _ Revised July 1, 2011 03 80 00 - 1 MODIFICA'I'IONS TO EX[STING CONCRETE Page 1 of 7 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES ' • ' -1%�l1Dl; _I �) t7� � 1.1 SUMMARY A. Section includes: 1. Modifications to existing concrete structures, including: a. Manholes b. Junction boxes a Vaults d. Retaining walls e. Wing and head walls f. Culverts 2. This section does not include modifications to Reinforced Concrete Pipe. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requi�•ements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 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 Speci�cation, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. b. C881, Standard Speciiication for Epoxy-Resin-Base Bonding Systems for Concrete. c. C882, Standard Test Method for Bond Sh�ength of Epoxy-Resin Systems Used with Concrete by Slant Sheer. d. D570, Standard Test Method for Water Absorption of Plastics. e. D638, Standard Test Method for Tensile Properties of Plastics. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I Sanitaiy Se�ver Rehabilrtation Contracf 77 Ciry Project No. 01489 03 80 00 - 2 MODIFICATIONS TO EXISTING CONCR�TG Page 2 of 7 £ D695, Standard Test Method for Compressive Properties of Rigid Plastics. g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. h. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics ancl Electrical Insulating Materials. B. Where reference is made to 1 of the above standai•ds, the revision in effect at the tiine of bid opening applies. 1.4 ADMINISTRATIVE REQUII2EMENTS [NOT US�D] 1.5 SUBMITTALS A. Provide submittals in accordance with Section Ol 33 00. B. All submittals shall be approved by the Engiileer or the City prior to delivery and/oi• fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit manufacturec•'s Product Data on all product bi•ands pr•oposed for use to the Engineer for review. 2. I�lclude the manufacturei's installation and/or application instructions. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. When removing mater•ials or portions of existing structures and when malcing openings in existing structures, take precautions and all erect all necessaiy barriers, shoring and bracing, and other protective devices to prevent damage to the structures beyond the limits necessary for the new worlc, protect peisoruiel, control dust, and to prevent damage to the structures or contents by falling or flying debris. B. Core sanitaiy sewer manhole penetrations. 1.10 D�LN�RY, STORAG�, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbecs. B. Store and condition the speciiied product as recoirunended by the manufacturer. 1.11 FIELD CONDITIONS [NOT US�D] 1.12 WA12ItANTY [NOT US�D) PART 2 - PRODUCTS 2.1 OWN�R-FiJI2NISH�D OR OWN�R-SUPPLIED PRODUCTS [NOT US�D] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers C1TY OF FORT WORTH Snnitary Sewer� 2ehaGilita(ion Ca�h•act 77 STANDART� CONSTRIICTiON SPRCIFiCATTnN DOCUMF,NTS City Proiect No. 01489 Revised Juty 1, 2011 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRE'I'E Page 3 of 7 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products 1) Subject to compliance with requirements, products that may be incorporated into the Worlc include, but are not limited to, products specified. b. Available Manufacturers 1) Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers speciiied. B. Materials 1. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement l. Reinforcing Bars a. ASTM A615, Grade 60, deformed. D. Epoxy Bonding Agent 1. A 2-component, solvent-free, asbestos-fi�ee, moisture-insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Strength (ASTM D695) 1) 8,500 psi minimum at 28 days b. Tensile Strength (ASTM D638) 1) 4,000 psi minimum at 14 days c. Flexural Strength (ASTM D790 - Modulus of Rupture) 1) 6,300 psi ininimum at 14 days d. Shear Strength (ASTM D732) 1) 5,000 psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1) 1 percent maximum at 14 days £ Bond Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi-Mod 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste l. A 2-component, solvent-fi•ee, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all-threads into hardened concrete and complying with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements speciiied herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH Sanitary Server Rehabilitation Contract 77 . STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cil�� Project No. 01489 Revised July I, 2011 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Brealc - 0.3 percerit mulimum c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days £ Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure g. Color: Concrete grey h. Available Manufacturers 1) Overhead Applicatioiis a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi-Mod LV n) FtiSr - Loncresive i4sx 2) All Other Applications a) Sika Corpor•ation, Lyndhurst, New Jersey - Sil<adur Hi-mod LV 31 b) BASF - Concresive 1401 F. Repair Mortars Provide an asbestos fi•ee, moistuce insensitive, polymer-modified, Pot-tland cement- based cementitious trowel grade mortar fot• repairs on horizontal or vertical surfaces. a. Available Manufactut�ers 1) Silca Corporation, Lyndhuist New Jeisey - SikaTop 122 2) BASF — Emaco Nanocrete R3 G. Pipe Penetration Sealants 1 component polyurethane, extrudable swelling bentonite-free waterstop that is chemically resistant, not soluble in water and capable of withstanding wet/dry cycling. a. Available Manufactureis 1) Silca Corporation, Lyndhurst New Jersey — SilcaSwell S-2 2) Approved equal 2.3 ACCESSORIES [NOT US�D] 2.4 SOiJRC� Q�JAY�Y�3� CON'�ROTi, [1�0�' iTS�Y)] PART 3 - �X�CUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] ic�c��7�D 7�7 I�I _t�7►i A. General 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessaiy to permit completion of the Worlc. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. Comply with other requirements of this of Section and as shown on the Drawings. CITY OF FORT WORTH Sanita�y Sewer Rehabilitalion Conh•ncl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prnjec[ Nn, n14R9 Revised July 1, 201 I 03 80 00 - 5 MODIFICAT[ONS 'I'O E�ISTING CONCRETE F'age 5 of 7 2. Store, mix, and apply all commercial products specified in this Section in strict compliance with the manufacturer's recommendations. 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion joint or control joint to preserve the isolation between components on either side of the joint. 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if rebar is encountered and relocate the hole to avoid rebar as approved by the Engineer. Do not cut rebar without priar approval by the Engineer. B. Concrete Removal 1. Remove concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, by chipping, jacic-hammering, or saw-cutting as appropriate in areas where concrete is to be taken out. Do not jackhammer sanitaiy sewer manhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, apply a coating or surface treatment of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 3. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, ' provide a 1-inch deep saw cut on each exposed surface of the existing concrete at the edge of concrete removal. 4. Repair concrete specified to be left in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may from time to time direct additional repairs to existing concrete. Make these repairs as specified or by such other methods as may be appropriate. C. Connection Surface Preparation 1. Prepare connection surfaces as speciiied below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Irregular voids or surface stones need not be removed if they are sound, fi•ee of laitance, and firmly embedded into parent concrete, subject to the Engineer's final inspection. 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during the demolition operation. 4. Clean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch minimum cover all around. CITY.QE FORT.WORTH. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanilary Sei>>er Rehabilitation Contract 77 Ciry Project No. 01489 038000-6 MODIPICA'I'IONS TO E3:ISTING CONCRE'tE Page 6 of 7 c. � The following are specific concrete surface preparation "methods" to be used where called for on the Drawnlgs, specified herein, or as directed by the Engineer. a. Method A 1) After the existing coucrete surface at conuection has been rou�hened and cleaned, thoroughly moisten the existing surface with water. 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Di•awings. b. Method B 1) After the existing concrete surface has been roughened and cleaned, apply epoxy nonding agent at connection surface. 2) Comply strictly with the mauufacturer�'s recoinmendations for the field preparation and application of the epoxy bonding agent. 3) Place new concrete or grout mixture to limits shown on the Drawings within time constraints recominended by the manufacturer to ensure bond. Method C 1) Drill a hole 1/4 inch larger than the diameter ofthe dowel. 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. First fill the drilled hole with epo�y paste, then butter the dowels/bolts with paste then insert by tapping. 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a depth of 10 bar diameters and smooth bars to a depth of 15 bar diameteis. 4) If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. Method D 1) Combination of Method B and C. 3.4 INSTALLATION [NOT US�D] 3.5 REPAIR [NOT US�D] 3.G RE-INSTALY�ATION [NOT US�D] 3.7 �i�%.D Q�7AI,I�Y CON7CIZOL [lotOT iJS�i)) 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT US�D] 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT US�D] f�►`I I • �.���JI-M-[���I CITY OF FORT WORTH Sanitary Seirer Refrabilltation Conl�•aei 77 STANDAIZD CONSTRUCTION SPECII'ICATION DOCUMENTS Cih� Project No. 01489 Revised July 1, 2011 03 80 00 - 7 MODIPICATIONS TO E�[STING CONCREI'E Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer Rehnbililalion Conh�ac� 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Pi•oject No. 01489 Revised July 1, 20ll ' '� D � .� Division 31 - Earthwork � �� � � CITY OP FORT WORTH Sa�rllary Setis�er Rehabililation Contracf 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 201 l 31 10 00 - 1 SITE CI,EAR[NG Page 1 of 5 S�CTION 31 10 00 SITE CLEARING PART1- GEN�RAL fl��.Yi�u�u Gl�l 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 For•estry Ordinance governs all tree removals. 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 Conh�act 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 PAYM�NT PROCEDTJRES A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump suin. 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 slu•ubs 2) Removal and disposal of h•ees, structures and obstructions 3) Bacicfilling 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Sanitary Sewer Rehabilitatron Conh•acl 77 City P��ojecl tVo. 01489 31 1000-2 SITE CLEARING Page 2 of 5 L7 c. 4) Ehcavation 5) Fertilization 6) Clean-up Tree Removal and Transplantation a. Measurement 1) Measurement for this Item shall be per each. Payment 1) The wot•lc performed and the materials fiirnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for: a) Various caliper ranges The price bid shall include: 1) Yruning of designated trees and shrubs 2) Removal and disposal of sti•uctures and obstructions 3) Moving tree with h�uck mounted tt•ee spade 4) Grading and backfilling of holes 5) Replanting tree at temporaiy location (determined by Contractor) 6) Maintaining h�ee until Worlc is completed 7) Replanting tree into original or designated location 8) Excavation 9) Fertilization 10) Clean-up � 1.3 R�FERENC�S [NOT US�D] 1.4 ADMINSTRATIVE 12EQU1R�MENTS A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban Forestiy Permits when required by the City Ordinance No. 18615-OS-2009. B. Preinstallation Meetings 1. Hold a preliminacy site clearing meeting and 'ulclude the Contractor, City Arborist, City Inspector, and the Project Manager for the puipose 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.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANC� [NOT US�D] L10 D�LIV�RY, STORAG�, AND HANDLING [NOT USED] i,� � rrrT,n rnNnTrrrnlvc �Trn-r rJcr�,, n� 1.12 WARRANTY [NOT US�D] CITY OF FORT WORTH Sanitary Seive�• Rehabilitation Conh•ac[ 77 STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 3I 1000-3 SITE CLEAR[NG Page 3 of 5 PART 2 - PRODUCTS [NOT USED] ' : . :�l.�Dl�l1�ll[�]�I 3.1 INSTALL�RS [NOT US�D] 3.2 EXAMINATION [NOT US�D] t[�C�' ._� �� 7�� [�J►1 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 necessaiy, to confirm trees to be saved. ic�� 1\F;y �Il�s�f 11��1►`I A. Protection of Tr•ees l. 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 n•ee trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow fot� the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 '/2 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and br•ush 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. Site Clearing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Snnitary Seii�er Rehabililalion Conh�acl 77 City Project No. 01489 31 1000-4 SITE CLGARING Page 4 of 5 l. Clear areas shown on the Drawings of all obstt�uctions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick £ Lumber g. Plaster h. Septic tanlc drain fields i. Abandoned utility pipes or conduits j. Equipmenc lc. Trees 1. Fences m. Retaining walls n. Othet• items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preseivation, 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 £ Drainage structures g. Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and draivage in accordance with Section 02 41 14. 4. In areas receiving embankment, remove obstructions not designated for preservation to 2 feet below natural ground. S. 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 oi• directed by the Engineer, cut trees and stumps off to grottnd level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off-site in accordance with local, state, and federal laws and regulations. �.5 .�;DA� �l`:^� JuLL� 3.6 RE-INSTALLATION [NOT US�D] CITY OF FORT WORTH Sanita�y Seiver Rehabilrtation Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cify Proiecl No. 01489 Revised July 1, 2011 31 1000-5 SITB CLEAR[NG Page 5 of 5 3.7 FIELD QUALITY CONTROL [NOT US�D] 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 312 PROT�CTION [NOT USED] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHM�NTS [NOT US�D] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sarrriary Seiver Rehabilitation Contract 77 Ciry Pr�ojecl No. 01489 312316-1 UNCLASSIFIGD E�CAVATION Page 1 of 4 S�CTION 31 23 16 UNCLASSIFIED EXCAVATION PART1- G�NERAL 1.1 SUMMARY A. Section Ineludes: 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 fi•om 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 24 00 — Embankments 1.2 PRIC� AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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 perfarmed 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 slu•inkage or swell factors as these are the Contractor's responsibility. 3. The price bid shall include: a. Excavation b. Excavation Safety c. Diying d. Dust Control e. Reworking or replacing the over excavated material in rock cuts f. Hauling C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 I Snnita�y Seirer Rel�abilitation Contract 77 City Project No. 01489 312316-2 UNCLASS[FIED EXCAVATION Page 2 ot4 g. Disposal of excess material not used elsewhere onsite h. Scarification i. Clean-up 1.3 REFEI2ENCES [NOT USED] A. Definitions l. Unclassified Excavation — Without i•egai•d 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 takeu as a classification of the eacavation. 1.4 ADMINSTRATIVE REQUIREM�NTS A. The Contractot• will provide the City with a Disposal Letter in accordance to Division Ol. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANC� A. Excavation Safety 1. The Contractor shall be solely responsible for making all excavations in a safe manner. 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safety standards 29 CFR pai�t 1926 and state requirements. 1.10 DELIV�RY, STORAGE, AND HANDLING A. Storage l. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporaiy constt•uction easements, unless specifically disallowed in the Contract Documents. b. Do not blocl< drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Worlc is performed in active traffic areas, store materials only in areas barricaded as provided in the t1•affic control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped aeeas. 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 afiidavit that ri�hts have been secured to store the materials on private property. v c. Provide erosion control in accordance with Section 31 25 00. CITY OF FORT WORTH Sanila��� Sewer Rehabilitation Conti•act 77 . STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS _ Cih� Proiect No. 01489 Revised Ju(y 1, 2011 � 3123IG-3 UNCLASSIP[F,D EXCAVA"I'ION Page 3 of 4 d. Do not block drainage ways. 1.11 FIELD CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither flle City nor the Engineer will be responsible for interpretations or conclusions drawn there from by fhe Contr�actor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FU121�TI�I�EI3 [NOT IJS�D] 2.2 PRODUCT TYPES AND MAT�RIALS 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 sh�uctures. 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 l. Excavate to fnish grades. CITY OF FORT WORTH Sanitary Seu�er Rehabrlitation Cond•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Projec� No. 01489 Revised Ju(y 1, 201 I 31 23 16 -4 UNCLASSIP[ED ��CAVATION Page 4 of 4 2. I�l the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embanlcment material conlpacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. H. Earth Cuts 1. E�cavate to finish subgrade 2. I�l the event of over eacavation due to contractor error below the lines and grades established in the Drawings, use approved embanlcment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. 3. Manipulate and compact subgrade in accot•dance with Section 3� 24 U0. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT US�D] 3.7 FIELD QUALITY CONTROL A. Subgrade Tolerances l. Eacavate to within 0.1 foot in all directions. 2. fii areas of over excavation, Contractor pt•ovides fill material approved by the City at no expense to the City. 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT US�D] 3.11 CLOSEOUT ACTIVITI�S [NOT US�D] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHM�NTS [NOT US�D] 1�►�IZ�]�1f.��y1� [�7►1 Revision Log DATE NAME Si.JMMARY OF CHANGE CITY OF FORT WORTH Sanitary Seri�er Rehabilitnlion Conh�act 77 STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS _ City Project No. 01489 Revised July 1, 201 I 312500-i EROSION AND SED[MGNT CONTROL Page 1 of 9 S�CTION 31 25 00 EROSION AND SEDIMENT CONTROL PARTl- G�NERAL 1.1 SUMMARY 1.2 1.3 A. Section Includes: L Iinplementation of the project's Storm Water Pollution Preveution Plan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices B. Deviations fi•om 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 Requireinents PRICE AND PAYM�NT PROCEDiJRES A. Measurement and Payment 1. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The worlc performed and the materials fur�nished 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 REFEI2ENCES 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 Speciiication, unless a date is speciiically cited. 2. ASTM Standard: C1TY OF FORT WORTH Sanita�y Seiver Rehabilitatio�r ConU•ac� 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01989 Revised July 1, 2011 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 a. ASTM D3786, Standar•d Test Method for Bursting Stcength of Textile Fabrics—Diaphragm Bursting Strength Tester Method b. ASTM D�1632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Staildard Test Method for Detei•mining Appai•ent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for I�ldex Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Envirorunental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TaDOT Departinental Material Speciiications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 �iT�Mi�'�'AI.� 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 Dischatges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) 1.6 ACTION SUBMITTALS/INFOR.MATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MA.TERIAL SUBMITTALS [NOT USED] 1.9 QUAI.ITY ASSUI2ANC� [NOT US�D] 1.10 DEI.IVEItY, �TORAGE AND HANDLING [NO'I' IJSED] 1.11 I'I�LD [SIT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLI�D PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumniing, flaicing and eroding acceptanie to the �ngineer. b. Provide the following: 1) Types 1, 2 and 4 Rocic Filter Dams CITY OF FORT WORTH Sanilary Server Rehabilitaliore Conlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Ciry ProJecl No. 01489 Revised July 1, 2011 312500-3 EROSION AND SEDIMEN"I' CON'I'ROL 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 2'/2 inches x 3 '/4 inches 2) Minimuin 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following ct•iteria: 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 S inches thick. Table 1 CITY OF FORT WORTH Sanitary Setiver Rehabilitation Cazlt•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pi�ojeci No. 01489 Revised July 1, 201 I 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 Sand Gradation Sieve # Maximum Retained % b Wei ht 4 3 ercent 100 80 ercent 200 95 ercent G. Temporaty Sediment Control Fence 1. Provide a net-reinfot•ced fence using woven geo-textile fabric. 2. Logos visible to the h�aveling public will not be allowed. a. Fabric 1) Provide fabric inaterials in accordance with DMS-6230, "Temporary � Sediment Control Fence Fabria" b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diatneter or nominal2 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 13 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 ACC�SSORIES [NOT US�D] 2.4 SOURC� QUALITY CONTROL [NOT US�D] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT US�D] 3.3 PI2�PARATION [NOT USED] 3.4 INSTALLATION A. Storm Water Pollution Prevention Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water iunoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures L Implement control measures in the area to be disturbed before beginnin� construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. C1TY OF FORT WORTH Sa�titary Se�ver Rehabilitation Conh�nct 77 STANDAFtD CONSTRUCTION SPECIFICATION DOCUM�NTS _._. . Ciry� Project No. 01489 Revised July I, 2011 312500-5 EROSION AND SEDIM�NT CONTROL Page 5 of 9 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitaiy waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil et•osion and sedimentation resulting from construction operations, the Engineer will limit the distut•bed 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 eacavated 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 measui•es, temporary embankments, bridges, matting, falseworl<, piling, debris, or other obstructions placed dut•ing construction that are not a part of the �nished work, or as directed. C. Do not locate disposal areas, stocl<piles, 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 Constt•uction General Permit TXR150000. 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 requir•ed. G. Rocic Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 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 sh•eam or channel unless otherwise directed. CITY OF FORT WORTH Sanila�7� Sewer Rehabilitaliora Conh•act 77 STANDARD CONSTRUCTION SPECIEtCATION DOCUMENTS Cily Project No. 01489 Revised July 1, 2011 312500-6 EROSION AND SGDIMENT CONTROL Page 6 of 9 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 fi�om eYisting grotuid to top of iilter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically fi•otn existing ground to top of iilter dam 2) Top Width - At least 2 feet 3) Siopes - t�t mosi 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches meastu�ed vertically froin existing ground to top of filter dam Z) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sacic Gabions) 1) Unfold sack gabions and smooth out 1<inks and bends. 2) For vertical filling, connect the sides by lacing in a single Ioop—double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with ston�, pull the rod tight, cut the wii•e with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal iilling, place sacic flat in a filling trough, iill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rocic filter dams as shown on the Drawings. H. Construction Entrances 2. 3. 1. When tracl<ing conditions exist, prevent trafiic fi•om 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. Place the exit over a foundation course, if necessaiy. a. Grade the foundation course or compacted subgrade to direct runoff fi�om the construction exits to a sediment trap as shown on the Drawings or as directed. 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. Eat�thworlc 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 Embanlanent for• Erosion Control Measures 11 PIa�P Pat�ih r1ilcPg �walPc t�i• r_,r��nhirZatir�nc nf l�nth alnr�g thP lt�w �r�wn nf daily lift placement, or as directed, to prevent runoff spillover. CITY OF FORT WORTH Snnilmy Server Rehnbilitcrtion Cont�•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS . Ciry Proiecl No. 01489 Revised July l, 2011 312500-7 EROSION AND SGDIMEN'I' CON"I'I20L Page 7 of 9 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dain of sandbags that will intercept sediment-laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Piace a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporaiy Sediment-Control Fence 1. Provide temporary sediment-control fence near the downstream perimeter of a disturbed area to intercept sediment fi•om 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 equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. CITY OF FORT WORTH Sanitary Sewer Rehabililation Conlraci 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Project No. 01489 Revised July 1, 2011 312500-8 GROSION AND SEDIMENT CONTROL Page 8 of 9 d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporaiy sediment-control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 3.5 I2EPAII2/I2ESTORATION [NOT USED] 3.6 R�-INSTALLATION [NOT USED] 3.7 I�'IEI�1� [oa] SI'I'� Q�TAI.I'I'�' COI+ITIZOTi. [NO�' �TSED] 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 ACTIVITI�S A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANC� A. Install and maintain the integrity of tempora►y erosion and sedimentation control devices to accuinulate silt and debris until earthworlc 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 Sanitary Seu�er 2eJrabilitnliort Conh•aci 77 STANDARD CONSTRUCTION SP�CIPICATION DOCUMENTS _ City Projecl No. 01489 Revised July 1, 2011 3.14 ATTACHM�NTS [NOT USED] �ND OF SECTION 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 Revision Log DATE NAME SUMMARY OP CHANGE CITY OF FORT WORTH Sanitary Seiver Rehabilitation Confract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 201 I � 1I � �. , . . � � . , . �� , - L+ � _ � . . � � , a . - ��� . . : � . ..�, _ _ _ � ��.. �' � - � . .- ". . • ! . .. � . . - y(� � .. � ' ' r i � ' � � � ' li ' � �� � . �. " � t.t - � . . ��� � r ti �`i;'� $� � h � � � n . � '�tn„ � I t „ ' - • '`-t� . � -'� , ' ."< '� � � .�: `'Ti� � ' � r -,� ' � -� � � . � � �r' . ��.... - �� : , r , � � � n z � � . : �',� °<, � s� c. � �r�,� � .t 1 -r,,,, _ z�, . ' s ' � y �' .' � '�rt� ` i" -.�� � . - �. < , . . t �• . � zs. #� .'.: y i � �,. t . . � .. . . • . . t _ x 4 +. : - . �-. . �, '-..: . - ,� ,_" :<< �.. ��.�-�'-, y�' ? _ � � �. . . , j ,: � �' � �S 2 a, ,.! .' ^ '. , 1 � ,. . ,; •Y". s...t��v ' �z': t _ ..Sz�.Y .`a c:..."'S . -: . ` � .. _ � Division 32 — Exterior Improvements CITY OF FORT WORTH Saifilary Se�ver Rehnbilrtation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 01489 Revised July 1, 2011 32 01 17 - 1 PERMANENT ASPEIAL'I' PAVING REPAIR Page 1 of 4 S�CTION 32 Ol 17 PEIZMANENT ASPHALT PAVING REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes flexible pavement repair to include but not limited to: 1. 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 fi•om City of Fort Worth Standards. 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1— General Requirements. 3. Section 03 34 16 — Concrete Base Material for Trench Repair. 4. Section 32 13 13 — Concrete Pa�ing. 5. Section 32 12 16 — Asphalt Paving. 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill. 1.2 PRICE AND PAYMENT PROCEDUItES A. Measurement and Payment 1. Measurernent: 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 speciiied per detail. c. Extra Width Asphalt Paveinent Repair: measure by the square yard for surface repair (does not include base repair) by the speciiied thickness. 2. Payment: contract unit price bid for the work performed and all materials furnished. 1.3 REFERENCES [NOT USED] A. Definitions . CITY OF FORT WORTH . . STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jidy I, 2011 Sanrlmy Seiver Rehabrlrtation Contract 77 Crt�� Project No. 01489 32 01 17 - 2 PERMANENT ASPHAL"I' PAVING REPAIR Page 2 of 4 1. H.M.A.C. — Hot Mix Asphalt Concrete 1.4 ADMINISTRATIVE REQUIREMENTS A. Permittiug 1. Obtain Sti•eet Use Permit to make utility cuts in the street from the Trausportation and Public Works Department in conformance with current ordinances. 2. The Transportation aud Public Works Department will inspect the paving repau after construction. 1.5 SUBMITTALS [NOT USED] �.� �����rl uU1Di1�YY11tiL�/il�Ti Q�s,�A���r,TA�, �J$r,��� ���,� A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 lO�IAINTENANCE NYATER�L SUB10iIITTALS [N07C U��D] 1.9 QUALITY ASSURANCE [NOT USED] l.11 D�I,IV�RY, STORAGE, AND I�ANDLING [NOT iTSED] 1.12 FIELD CONDITIONS A. Place mixtur�e when the roadway surface temperature is 45 degrees F or higher and rising unless otherwise approved. 1.13 WA�IZANTX [NO'I' ?JS�D] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 MATERIALS A. Backfill: see Section 33 OS 10. B. Base Material 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 2. Concrete Base: See Section 32 13 13. C. Asphalt Paving: see Section 32 12 16. 1. H.M.A.C. paving: Type D. CITY OF FORT WORTH Sanitary Seiver Rehabilitatiott Conlracl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cifv Proiecl No. 01489 Revised July l, 2011 � � 320117-3 PERMANENT ASPHALT PAVING REPA[I2 Page 3 of 4 2.3 ACCESSORI�S [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT USED] I��:.� lit��:���li I_J�1 _[�7►1 3.1 INSTALL�RS [NOT US�D] 3.2 �XAMINATION [NOT US�D] [c�G��'7�:f7� 7:11�[�1►1 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 repaiis. 3.4 INSTALLATION A. General: 1. Equipment a. Use machine intended for cutting pavement. b. Milling 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 sn�aight 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: 1. 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 less than two inches thick. CITY OF FORT WORTH Sa�titaiy Seiver Rehabilitation Conb�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pi•oject No. 01489 Revised July I, 2011 32 O1 17 -4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 4 3.5 [REPAIR]/[R�STORATION] [NOT US�D] 3.6 I2�-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOS�OUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT US�D] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WOR'I'H Sa�rilary Server Rehabi(itation Conh•acI 77 5TANDARD CONS'I'RUCTION SPECIFICATION DOCUMENTS Cih� Proiect No. 01459 Revised July I, 2011 32 Ol 18 - 1 "I'EMPORARY ASPHALT PAV[NG REPAIR Page 1 of 3 SECTION 32 O1 18 TEMPORARY ASPHALT PAVING REPAIR PART1- GENERAL 1.1 SUMMARY A. Section Includes L Utility cuts (water, sanitaiy 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 fi�om City of Fort Worth Standards. 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 11 23 - Flexible Base Courses. 4. Section 32 12 16 - Asphalt Paving. 5. Section 33 OS 10 - Utility Trench Excavation, Embedment and Backfill. 1.2 PRICE AND PAYMENT PROCEDURE5 A. Measurement and Payment l. 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 1. H.M.A.C. — Hot Mix Asphalt Concrete 1.4 ADMINISTRATIVE I2�QiJII2EMENTS A. Permitting 1. Obtain Sh•eet Use Permit to make utility cuts in the street from the Transportation and Public Worlcs Department in conformance with current ordinances. 2. The Transportation and Public Works Department will inspect the paving repair after construction. _ C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jidy l, 2011 Sm�itary Seiver Relaabilitation Conlract 77 City Project No. 01489 32 O1 18 - 2 TEMPORARY ASPHALT PAVING REPA[R Page 2 of 3 1.5 SUBMITTALS [NOT USED] L6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for approval, Section 32 12 16. 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSiJI2ANC� [NOT US�D] 1.10 D�LIV�RY, STORAGE, AND HANDLING [NOT US�D] 1.11 FIELD CONDITIONS A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees F oi• higher and �•ising unless otherwise approved. 1.12 WAI2RANT'Y [1VOT iTSED] PAI2T' 2 - PI20DUCTS 2.1 OWNER-FIJI2NISHED [NOT USED] 2.2 lO�dAT�RIAd�S 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. L H.M.A.C. paving: Type D. 2.3 ACCESSORI�S [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT US�D] PART 3 - �X�CUTION 3.1 INSTALLERS [NOT US�D] 3.2 EXAMINATION [NOT US�D] 3.3 PR�PARATION [NOT US�D] 3.4 INSTALLATION A. Removal: 1. Use an approved method that produces a neat edge. 2. Use care to prevent fi•acturing existing pavement structure adjacent to the repair area. CITY OF FORT WORTH SQ1111Q1 y Seiver Rehabilitatio�� Conlracl 77 STANDAI2D CONSTRUCTION SPECIPICATION DOCUMENTS Cih� Proiecl No. 01489 Revised July 1, 2011 3201 18-3 TEMPORARY ASPI-IAL1' PAVING REPAIR Page 3 of 3 B. Base l. Install flexible base 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]/[R�STORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FI�LD QUALITY CONTROL [NOT US�D] 3.8 SYSTEM STARTUP [NOT USED] 3.s ��.�us�rl�v� �NOT us��� 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT US�D) 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Saizilary Seu�er Rehabrlilation Conh•act 77 � STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Project No. 01489 ; Revised Juty l, 2011 SECTION 32 O1 29 CONCRETE PAVING REPAIR PARTl- G�NERAL 1.1 SUMMARY n : 32 01 29 - 1 CONC[tETE PAVING REPAIR Page 1 of 4 Section includes concrete pavement repair to include but not limited to: 1. Utility cuts (water, sanitaiy 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. Deviations from City of Fort Worth Standards 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Conh•act Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 O 1 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. L2 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 REF�RENCES [NOT USED] 1.4 ADMINISTRATIVE I2�QUIREMENTS A. Permitting: 1. Obtain Street Use Permit to make utility cuts in the street fi•om the Transportation and Public Works Department in conformance with current ordinances. 2. Transportation and Public Works Department will inspect paving repair after construction. CITY OP FORT WORTH . _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanrtary Setiver Rehabilitatron Conti•ac! 77 Cily Project No. 01489 320129-2 CONCRETG PAVING REPAIR Page 2 of 4 1.5 SUBMITTALS [NOT US�D] 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Concrete Mix Design: submit for approval. Section 32 13 13. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUItANCE [NOT USED] 1.10 D�I,IV�RY, STORAG�, AIVD �IAI�DI,ING [NO'T US�D] 1.11 FIELD CONDITIONS A. Weather Conditions: Place concrete as specified in Section 32 13 13. i.iB �'Al�Y2�1I+1'i'Y [IrtO'I' �TS�D] PART 2 - PRODUCTS 2.1 OWN�R-FURNISH�D PRODUCTS [NOT US�D] f►•lf►�►� /�7L Y�'77� II.� A. Embedment and Backfill: see Section 33 OS 10. B. Base material: Concrete base: see Section 32 13 13. C. Coucrete: see Section 32 13 13. 1. Concrete paving: Class P or Class HES. 2. Replace concrete to the specified thickness. 2.3 ACC�SSORIES [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 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 strengtl� and thickness to support traffic. ' 1. Construct a transition of hot-mia ot• cold-mix asphalt from the top of the steel plate tn t�l�.' PX2St1?lb rwvement to �rPatP a gmnpth i�irlZnb ci�rfarP, a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. CITY OF FORT WORTH Sanitary Semer Rehabilitntion Conh•nc! 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 01489 Revised July l, 2011 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. Minimuin of 12 inches outside the trench walls. 5. Prevent dust and residues fi�om sawing from entering the atmosphere or drainage facilities. B. Removal: 1. Use care in removing concrete to be repair�ed 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 [IZEPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROT�CTION [NOT USED] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHM�NTS [NOT US�D] � �.�s��-a�y uc�-r ���.� CITY OP FORT WORTH _.- Sanitary Sei>>er RehabiJitation Con�racf 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 201 I 320129-4 CONCRETE PAVING R�PAIR Page 4 oF4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Server Re{aabililalron Conlract 77 STANDARD CONSTRUCTION SPECIFICA'I'ION DOCUMENTS Cih� Proiect No. 01489 Revised Ju(y I, 2011 321123-1 FLEXIBLG BASE COURSES Page 1 of 7 S�CTION 32 11 23 FLEXIBLE BASE COURSES PART1- GENERAL l.l SUMMARY 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 1. None 1.2 1.3 C. Related Speciiication Sections include but are not necessarily limited to 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— Genec•al Requirements PRICE AND PAYMENT PROCEDURES 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 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 Soils d. Tex-110-E, Particle Size Analysis of Soils CITY OF FORT WORTH Sanitary Seiner Rehabilitatio�a Contrac� 77 STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 321123-2 1�L�.XlI3L�; (3A5E C;UUIZS�S Page 2 of 7 e. Tex-116-E, Ball Mill Method foi• Determining the Disintegration of Flexible Base Material £ Tex-ll�7-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterioiis Material in Mineral Aggcegate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] �.7 ��,�uL�TJ'�' S;J�P�I� ���� �l`7�'�' :J�L�j 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUI2ANCE [NOT USED] 110 DELIVERY, STORAG�, AND IIANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] L12 WAI2I2ANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISH�D PRODUCTS [NOT US�D] 2.2 MAT�RIALS 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 assm•e specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the plans and conform'ing 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 aggcegates to meet the i•equiretnents of Table 1, unless shown on the plans. CITY OF FORT WORTH Sanitmy Seiver Rehabilitation Contrnct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01489 Revised July 1, 2011 321123-3 FLEX[BLE BASE COURSES Page 3 of 7 Table 1 Materia( Re uirements Test D4etliod Grade 1 Grade 2 Master gradation 2-1/2 in. — 0 1-3/4 in. 0 0-10 ��8 �n Tex-llO-E 10-35 — 3/8 in. 30-50 — ' No.4 45—GS 45-75 No.40 70-85 6�85 Li uid limit, % max.' Tex-104-E 35 40 PlastiCit index, max.` Tex-106-E 10 12 Wet ball mill, % max.2 40 45 ' Wet ball mill, % max. Tex-116-E increase passing the 20 20 No. 40 sieve Classification' 1.0 l .1-23 Min. compressive strength3, psi Tex-117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 l. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. ' 2. When a soundness value is required by the plans, test material in ' accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless othenvise 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) Only for use as base material for temporary pavement repairs. b) Do not exceed 20% 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 Sanita�y Sewer Rebabilitation Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 01489 Revised July 1, 20ll 321123-4 PLEX[BL� BASE COURSES Page 4 of 7 c) The City may i•eqt�ire separate dedicated stocicpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled inaterials tnust be fi•ee fi�om reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance witll TEX-413-A. C. Water 1. Furnish water fi•ee of industrial wastes and other objectionable inatter. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALL�RS [NO'I' �ISED] 3.2 �XAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the subgrade or existing base to conforcn 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 matei•ial to provide a unifar•tn mixtm•e to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Pi•oof 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) Malce at least 2 passes with the proof roller (down and bacic = 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 greatet• than 3/4 inch. 2) Areas that are unstable or non-uniform. 2. Installation of base material cannot proceed until compacted subgrade appt•oved by the City: 3.4 INSTALLATION A. General CITY OF I'ORT WORTH Snnita�y Seiver Rehabilitntia� Contracl 77 STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 2011 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 : l. 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. Haul approved flexible base in clean, covered trucks. l. General: Provide machmery, tools, and equipment necessaiy or prop of the work. Equipment • f er execution 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 speciiied requirements. c. Alternate Equipment. 1) Instead of the speciiied equipment, the CONTRACTOR may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the 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 necessaiy 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 Sanitar)� Seiver Rehabili�ntion Conh•ac! 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 2011 321123-6 FLEX[BL� BASE COURSGS Pagc G of 7 d. e. f. g• 2) Correct a) Soft spots that rut ar• pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. On superelevated curves, begin rolling at the low side and progress toward the high side. Offset alternate h•ips of the roller. Operate rollers at a speed between 2 and 6 rriph as directed. Reworl<, 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. Continue work until specification requirements are met. Proof roll the compacted flexible base in accordance with the following: 1) ProofRolling a) City Project Representative must be on-site during proof rolling o�erations. 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) Malce at least 2 passes with the proof roller (down and bacic = 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. 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 fi•actures, settlement or segregation immediately by scacifying the areas affected, adding suitable material as required. Reshape and recompact by sprinlcling and rolling. e. Should the subbase or base course, due to any reason, lose the requii•ed stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the CONTRACTOR. 4. Density Control. a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, slcin, or tight-blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an.appropriate size pneumatic tire roller until a smooth surface is attained. 4, Aci�l �rna11 incr�ments of Watei� �s n���jecl ���rin� i'ola.in�, 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and gi•ades as shown on the plans or'as dii•ected. CITY OF FORT WORTH Sa�rila�y Seiver Relrabilitation Core[��act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 321123-7 PLEXIBLE BASE COURSES Page 7 of 7 6. In areas where sui•facing 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. 3S [It�PAIR]/[RESTORATION] [NOT USED] 3.6 R�-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SiJMMARY OF CHANGE CITY OF FORT WORTH STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitaiy Seiver Rehabilitatio�r Contract 77 City P�roject No. 01489 321313-I CONCRGTE PAVING Page 1 of 21 S�CTION 32 13 13 CONCRETE PAVING I_' :7�t�lf�ll�►1�.:7:1! E��.YU►I 1►� /\:�•1 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. 1. Reinforced Concrete Pavement Constt•uction Details. C. Deviations fi•om 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 29 - Concrete Paving Repair. 4. Section 32 13 73 - Concrete Paving Joint Sealants. 1.2 PRIC� AND PAYMENT PROCEDITRES 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 REFEI2�NCES A. Reference Standards. CITY OF FORT WORTH Sanilary Seiver Rehabrlitaliorr Contraci 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Project No. 01489 Revised July 1, 2011 32 13 13 - 2 CONCRETE PAVING Page 2 of 21 1. Reference standards cited in this specification refer to tl�e current reference standard published at the time of the latest revision date logged at the end of this speciiication, unless a date is specifically cited. 2. ASTM I�iternational (ASTM): a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Ctu�ing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beatns of Concrete f. g• h. J• lc. 1. m. n. C94/C94M, Standard Specifications for Ready-Mixed Concrete C150, Portland Cement C156, Water Retention by Conct�ete Curing Materials C172, Standard Practice for Sampling Freshly Mixed Conerete C260, Air Entraining Admixtures for Concrete C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2 C494, Chemical Admixtures for Concc•ete, Types "A", "D", "F" and "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 o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete p. C1602, Standard Specification for Mixing Watec• Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratoiy Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 3. American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI 318 1.4 ADMINISTRATIVE REQUIltEMENTS [NOT USED] 1.5 SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/1NFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. See Item 2.4.A. CITY OF PORT WORTH Sanitniy Seiver Rehabilitation Conh•act 77 STANDf1RD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01989 Revised July 1, 2011 32 13 13 - 3 CONCRET� PAVING Page 3 of 21 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FI�LD CONDITIONS A. Weather Conditions. 1. Place concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C1064 at point of placement. 2. Hot Weather Concreting a. Take immediate corrective action or cease paving when the atnbient 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] PART2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Cementitious Material: ASTM C150. B. Aggregates: ASTM C33. C. Water: ASTM C1602. D. Admixtures: When admixtures are used, conform to the appropriate specification: 1. Air-Entraining Admixtures for Concrete: ASTM C260. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C618. E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. CITY OF EORT WORTH . _ - STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I Sanitar�� Seiver Rehabilitation Contract 77 City Project No. 01489 32 13 13 - 4 CONCRETE PAVING Page 4 of 21 G. Dowels and Tie Bars. 1. Dowel and tie bai•s: ASTM A615. 2. Dowel Caps. a. Pt�ovide dowel caps with enough range of movement to allow coinplete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the plans and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. a In no case shall the internal diameter exceed the bar diameter by inore 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for powel aud Tie Bars: ASTM C881. a. See follo�uing ±a�le f�r appr�ve� pro��:cPrs of ep�xies a.Id ad!:Psi :�es 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 T�II CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ulh•abone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem b. Epoxy Use, Storage and Handling. 1) Pacicage components in airtight containers and protect fi•om light and moisture. 2) Include detailed instructions for the application of the mater•ial and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components; b) Brand name; c) Name of manufacturer; Uf LVL Vl VLLlV1111U11tVli1� e) Temperature range for storage; � Date of manufacture CITY OF FORT WORTH Sanita�y Setiver Rehabilita(/o�� Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Proiect No. 01489 Revised July 1, 2011 � 32 13 13 - 5 CONCRETE PAVING Page 5 of 21 4) 5) 6) 7) 8) g) Expiration date; and h) Quantity contained Store epoxy and adhesive components at temperatures recommended by the manufacturer. 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. Follow sound environmental practices when disposing of epoxy and adhesive wastes. Dispose of all empty containers separately. Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs. 1 �a 3 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. Bar chairs may be made of inetal (fi•ee of rust), precast mortar or concrete blocks or plastic. 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 requu•ements of this specification. I. Joint Filler. 1. �a 3 4. Joint �ller is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 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, cheeks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufiiciently 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. 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. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. K. Curing Materials. 1. Membrane-Forming Compounds. CITY OF FORT WORTH Sanitnry Sewer Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July l, 2011 32 l3 13 - 6 CONCRETE PAVING Page G of 21 a. Conform to the requirements of ASTM C309, Type 2, white pigmented compound and be of such nature that it shall not pi•oduce permanent discoloration of concr�ete surfaces nor react deleteriously with the concrete. b. The compound sha11 produce a firm, continuous uniform moisture-impermeable film free fi•om pinholes and shall adhere satisfactorily to the surfaces of damp concrete. c. It shall, when applied to the damp concrete sui•face at the specified r�ate of coverage, dry to touch in 1 hour and dr•y 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 i•equired curing period. i. Tne compound shall not peel or pick up under iraiiic and snaii disappear irom the surface of the concrete by gt�adual 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 manufachirer's name, the trade name of the material,and a batch number or symbol with which test samples may be correlated. h. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the liquid membrane-forming compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not mot•e than 0.01-oz.-per-2 inches of sui•face. 2.3 ACCESSORI�S [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Mix Design 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 concr•ete 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 Summazy. 2) Material source. 3) Diy weight of cement/cu. yd. and type. 4) Diy weight of fly ash/cu. yd. and type, if used. 5) Saturated surface diy weight of fine and coarse aggregates/cu. yd. 6) Design water/cu. yd. 7) Quantities, type, and name of admixtures with manufacturer's data sheets. 8) Curt•ent strength tests or strength tests in accordance with ACI 318. 9) Current Sieve Analysis and -200 Decantation of �ne and coarse aggt•egates and date of tests. 10) Fineness modulus of iine aggregate. 11) Specific Gravity and Absorption Values of fne 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. il. l �.. i.. .,i 4L. � �.. ..:4.. .....4:� 4�.... ...,.:. .� � L.n.. 1.....« T10 CviiCic�c iilay u2 �'iiaCcu Gii uic jvu �i�c uu�ii �iic iiii� ucSi�ii iia� uccii approved by the City. 2. Quality of Concrete. CITY OF FORT WORTH Sanitary Sewer Rehabilitalion Coirtract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProJec! No. 01989 Revised July 1, 201 I 321313-7 CONCRETE PAVING Page 7 of 21 � a. Consistency. 1) In general, the consistency of concrete mixtures shall be such that: a) mortar shall cling to the coarse aggregate, b) aggregate shall not segregate in concrete when it is transported to the place of deposit, c) concrete, when dropped directly from the dischai•ge 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 fi•ee water when removed from the mixer, 2) 3) 4) 5) 6) (�i e) concrete shall slide and not flow into place when tcansported in metal chutes at an angle of 30 degrees with the horizontal, and fj surface of the finished concrete shall be free from a surface film or laitance. When iield conditions are such that additional moisture is needed for the fnal concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. The concrete shall be worlcable, cohesive, possess satisfactoiy 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 speciiied 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 ineasure, 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 actually 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 _ Sanitary Sei��er Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised Juty 1, 2011 32 13 13 - 8 CONCRETE PAVING Page 8 of 21 Standard Classes of Pavetnent Concrete Class of Minimum 28 Day Min. Maaimum Couise Concretei Cementitious, Compressive, Water/ Aggregate Lb./CY StrengthZ Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 l. All exposed horizontal concrete shall have entrained-air. 2. Minimum Compressive Strength Required. 2) Mac�:ine=Laid aar.crete: 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 veiy eacly opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the t�equirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early stceilgth and time requirements are shown on the plans allowed. 3) No sh•ength overdesign is required. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concretel 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 Slum Requirements Concrete Use Recoinmended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Sli -Form/Form-Ridin Pavin 1-1/2 3 Hand Formed Pavin 4 S Sidewalk, CurU and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 2) No concrete shall be permitted with slump in excess of the rnaximums s �own. CITY OF FORT WORTH Sanita�y Sewer RehaGili(ation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Proiect No. 01489 Revised July 1, 2011 32 13 13 - 9 CONCRETE PAV[NG Page 9 of 21 3) Any concr•ete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such unsatisfactory conditions. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 �XAMINATION [NOT USED] 3.3 PR�PARATION [NOT US�D] 3.4 INSTALLATION A. Equipment 1. All equipment necessary for the consh�uction 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 fi�eshly placed concrete in such a inanner 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 tra�eling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip-Form Paver if paver requires over-digging and impacts trees, mailboxes or other improvements. 4. Hand-Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand-laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M.City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtaui 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% and 85% of the load. C1TY QFFORT WQRTH Sanitary Seiver Rehabilitatiort Contract 77 STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised Ju(y 1, 2011 32 13 13 - 10 CONCRETG PAVING Page 10 of 21 2) The method of sampling shall provide that the samples are representative of widely separated poi�tions, but not ft•om the vet�y 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 befor•e any materials are placed therein for the succeeding batch. £ Retempering or remixing shall not be permitted. 3. Deliveiy. a. Deliver concrete at an interval not exceeding 30 minutes or as detertnined by City to prevent cold joint. 4. Deliveiy Tickets. a. For all operations, the manufactui•er 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 ticicet. 3) Date. 4) Truck number. 5) Name of purchaser. 6) Specific designation of job (name and location). 7) Speciiic 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 l. 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 and grades shown on the plans or established by the City. 3. All holes, ruts and depressions shall be filled and compacted with suitable rnaterial and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subecade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. $, �iifficient ciingrac�e cl�all he nrepareci in aclyance to enst»'e �atiSfactpry nr�g�ct]tioi� of the worl<. CITY OF FORT WORTH Sanitmy Seiver Rehabilitalion Cortlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Project No. 01489 Revised July I, 2011 32 13 13 - 11 CONCR�'I'E PAVING Page 11 of 2l 9. The CONTRACTOR shall notify the City at least 24 houis in advance of its intention to place concrete pavement. 10. After the specified moisture and density are achieved, the CONTRACTOR shall maintain the subgrade inoisture 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 Placing Forms a. Forms for machine-laid concrete 1) The side forms shall be metal, of approved ct•oss 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 conci�ete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be fi•ee fi•om warps, bends or kinks and shall show no variation from the true plane for face ar 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 least 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 iirm 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) Fortns 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 iinishing 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 talcen its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from for•m removal and honeycombed areas with a ' moi�tar mix within 24 hours after form removal unless otherwise approved. CITY OE FORT WORTH Sanilniy Seu�er Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 32 13 13 - 12 CONCRETE PAVING Page 12 of 21 d. Clean joint face and repait• honeycombed or damaged areas within 24 houis afte1� a bulkhead for a transverse construction joint has been removed unless othet•wise approved. e. When forms are removed before 72 hours after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. E. Placing Reinforcing Steel, Tie, and Dowel Bai•s 1. General. a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as shown on the plans. b. All reinforcing steel shall be clean, fi•ee fi�om rust in the form of loose or objectionable scale, an� of tlie type, size and dimPnsions s(.e;:�:: on the plar.s. a Reinforcing bars shall be securely wired together at the alternate intersections and all splices and shall be securely wired at each inteisection dowel and load- transmission unit intersected. d. All 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 generally shall be avoided and, where permitted, such storage shall be limited to quantities and distribution that shall not induce excessive stresses. 2. Splices, a. Provide standard reinforcement splices by lapping and tying ends. b. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents 3. Installation of Reinforcing Steel a. All reinforcing bais 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 approved by the City prior to extensive fabrication c. After the reinforcing steel is securely installed above the subgrade as speci�ed 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 Baslcets. 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct position so firmly that the dowel's position cannot be altered by concreting operations. c. Dowel Caps. 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. 5. Tie Bar and Dowel Placement. a. Place at mid-depth of the pavement slab, parallel to the surface. b. Place as shown on the plans. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bais as shown on the plans. CITY OF FORT WORTA Sanilary Sewer Rel�abilitation Contract 77 S1'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Projec! No. 01489 Revised July l, 2011 32 13 13 -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 befot�e inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 1. Joints shall be placed where shown on the plans or where directed by the City. 2. The plane of all joints shall inake a right angle with the sut•face of the pavement. 3. No joints shall have an error in alignment of inore than U2 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 reseivoir 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 fi•ee 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 St�•uctures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the plans. 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 obseived 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. CITY OF.FORT WORTH Sanitmy Seiver Rehabilitation Conh•acl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cify Pr•oject No. 01489 Revised Jtdy l, 2011 32 13 13 - 14 CONCRETE PAVING I'age 14 of 21 £ Complete sawing as soon as possible in hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool weather conditions. g. If sharp edge joints are beiug obtained, the sawing process shall be sped up to the point where some raveling is observed. h. Datnage 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 tnembrane which has been disturbed by sawing operations shall be restored by sprayiug the areas with additional curing compound. 7. Transverse Construction Joints. a. Construction joints fot•med 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 f�y use of inetal or wooden bulkheads cut true to the section of the iinished 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 r•adius. e. Any surplus concrete on the subgrade shall be removed upon the resumption of the worlc. 8. Longitudinal Construction Joints. a. Longitudinal construction joints shall be of the type shown on the plans. 9. Joint Filler. a. Joint iiller 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 d. e. f. g• h. pavements. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job. Green lumber of much higher moisture content is desirable and acceptable. The joint filler shall be appropriately drilled to admit the dowel bars when required. 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. 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. After the removal of the side forms, the ends of the joints at the edges of the slab shall be careful(y opened for the entire depth of the slab. 10. Joint Sealing. Routine pavement joints shall be �Iled 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. U. Placing Concrete CITY OF FORT WORTH Sm�ilary Sewe�� Rehabilitation ConlracJ 77 STANDAI2D CONSTRUCTION SPECIPICATION DOCLTMENTS Ciry Projecf No. 01489 . Revised July 1, 2011 32 13 13 - 15 CONCRETE PAVING Page 15 of 21 1. Unless otherwise specified in the plans, the finished pavement shall be constructed monolithically and constructed by machined laid method unless impractical. 2. The concrete shall be rapidly deposited on the subgrade in successive batches and shall be distributed to the t•equired depth and for the entii•e width of the pavement by shoveling or other approved methods. 3. Any concrete not placed as herein prescribed witllin the time limits in the following table will be rejected. Time begins when the water is added to the mixer. Temperature — Time Requiretnents Concrete Temperatw�e Max Time — minutes Max Time — minutes (at point of placement) (no retarding agent) (with retarding agent)� Non-A itated Concrete All tem eratures 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 City Above 75°F thru 90°F 60 90 75°F and Below 60 120 1 Normat dosage ot retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing. a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing 1. Machine. a. Tolerance Limits. 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch-per-foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1/8 inch. 4) Any surface not within the tolerance limits shall be reworked and refinished. CITY OF FORT WORTH Sa�vtarySewerRehabilitation Conlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Pi•oject No. 01489 Revised July 1, 2011 32 13 13 - 16 CONCRETE PAVING Page 16 of 21 b. Edging. 1) The edges of slabs and all joints t•equiring edging shall 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. Hand. a. Hand finishing pertnitted 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 approYimately leveled and then struck off with scrccd bar to such cicvation abovc gradc that, when con�olidated and �nished, the surface of the pavement shall be at the geade elevation shown on the plans. c. A slight excess of material shall be lcept in ft•ont of the cutting edge at all titnes. d. The straightedge and joint finishing shall be as prescribed herein. L Curing 1. The cuc•ing of concrete pavement shall be thorough and contiuuous throughout the entire curing period. 2. Failure to provide proper curing as herein prescribed shall be considered as sufficient cause for immediate suspension of the paving operations. 3. The curing method as herein specified does not preclude the use of any of the other commonly used methods of curing, and the City may approve another method of curing if so requested by the CONTRACTOR. 4. If any selected method of curing does not afford the desired results, the City shall have the right to order that another method of curing be instituted. 5. After removal of the side forms, the sides of the slab shall receive a lilce coating before earth is banked against them. 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. 7. The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of curing compound. 8. When thoroughly dty, it shall provide a continuous and flexible meinbrane, free from cracics or pinholes, and shall not disintegrate, checic, peel or crack during the curing period. 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing solution. 10. When tested in accordance with ASTM C156 Water Retention by Concr•ete 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 i. riviiv'i�iv avi iiiviiv�iiiiiv vu'av uiiu�i iJv iiiv :�uiiiv u.ci �vi� iiiv �uv'vliiviii c�ii�� ii�i�G.i�iiiiu� bacic from the paving mixer, shall be placed within 20-minutes after being mixed. CITY OF FORT WORTH Snnitary Seiver Rehnbilitation Conlract 77 STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS - Ciry Project No. 01489 Revised July I, 2011 321313-t7 CONCRETE PAVING Page 17 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 r•ounded by the use of an edging tool to the radius indicated on the plans. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Alley Paving 1. Alley paving shall be constructed in accordance with the specifications for concrete paving hereinbefore described, in accordance with the details shown on the 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 speciiication and filled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts l. 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 US�D] 3.7 SITE QUALITY CONTROL A. Concrete Placement 1. Place concrete using a fully automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials. 1. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the plans. CITY OF FORT WORTH _ . .. . STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Ju(y 1, 2011 Sanitary Setver Rehabilitation Contract 77 Ciry Piroject No. 01989 32 13 13 - 18 CONCRGTE PAVINU Page 18 of 21 2. In the event the initial sarnpling and testing does not comply with the specifications, all subsequent testing of the material in order to determine if the material is acceptable shall be at the CONTRACTOR'S expense at ttle same rate charged by the commercial laboratories. 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician miist be ACI certified or eq�iivalent. C. Pavement Thickness Test. 1. Upon completion of the worlc and before iinal acceptance and iinal payment shall be made, pavement thicicness test shall be uiade by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specifieci in tile special provisions or on tfie plans. 3. The cost for the initial pavement thiclaiess test shall be the expense of the City. 4. In the event a deficiency in the thicl<ness of pavement is revealed during normal testing operations, subsequent tests necessaiy to isolate the deficiency shall be at tl�e CONTRACTOR'S expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thicicness of pavement in the area found to be deiicient in thicicness by mor•e than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as speci�ied in the following table. Deficiency in Thiclrness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21— 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 7. 8. 9. 10 11 Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the plan thicicness, whichever is greater, shall be evaluated by the City. 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. 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. Any area of pavement found deficient in thicicness by more than 0.75 inch or more than 1/10 of the plan thiclaless, whichever• is greater, shall be removed and replaced, at the CONTRACTOR' S entire expense, with concrete of the thickness shown on the plans. No additional pavment over the contract unit price shall be made for any pavement of a thicicness exceeding that required by the plans. D. Pavement Strength Test. CITY OF FORT WORTH Sanrtary Seiver Rehabililation Conh�acJ 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 201 I 32 13 13 - 19 CONCRETE PAVING Page 19 of 2l � Q 1. During the progress of the work the City shall provide trained technicians to cast test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. 2. After the cylinders have been cast, they shall remain on the job site and then transported, moist cured, and tested by the City in accordance with ASTM C31 and ASTM C39. 3. In each set, one of the cylinders shall be tested at 7 days, two cylinder•s shall be tested at 28 days, and one cylinder shall be held or tested at 56 days, if necessary. 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% of design strength, to override the results of the cylinder tests. 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 deiicient concrete pavement at the expense of the CONTRACTOR. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and placement at the CONTRACTOR'S expense as show in the following table. Percent Deficient Percent of Contract Price Allowed Greater Than 0% - Not More Than 10% 90- ercent Greater Than 10% - Not More Than 15% 80- ercent Greater Than 15% 0-percent or removed and replaced at the entire cost and ex ense of CONTRACTOR as directed by City 7. The amount of penalty shall be deducted from payment due to CONTRACTOR; such as penalty deducted is to defray the cost of extra maintenance. 8. The strength requirements for structures and other concrete work are not altered by the special provision. 9. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the plans and/or specifications. E. Cracked Concrete Acceptance Policy. 1. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. 2. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of fnal 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. C1TY OF FORT WORTH _ Sanitary Se�verRehabilitatio�r Contract 7.7 STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 01489 Revised July 1, 2011 32 13 13 - 20 CONCRETE PAVING Page 20 of 21 3. If remedial work beyond routing and sealing is determined to be necessaty, the Inspector and the CONTRACTOR will attempt to agree on the cause of the cracicing. If agreement is reached that the cracking is dtie to deficient materials or wor•kmanship, the CONTRACTOR shall perform the remedial work at no cost to the City. Remedial work in this case shall be limited to reuioving and replacing the de�cient work with new material 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 worlananship, the City tnay request the CONTRACTOR to provide an estimate of the cost of the necessaiy remedial work and/or additional work to address the cause of the cracicing, and the CONTRACTOR will perform that worlc at the agreed-upon price if the City elects to do so. 5. If reinedial work is necessaty, and the Inspector and the CONTRACTOR caunot agree on the cause of the cracking, the City may hire an independent geotechnical engineer to perforin testing and analysis to determine the cause of the cracking. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The CONTRACTOR and the City shall use the services of a geotechnical iirm acceptable to both parties. 6. If the geotechnical engineer determines that the primaiy cause of the cracking is the CONTRACTOR'S deficient material or worl<manship, the remedial worlc 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 worlc with new material and worlcmanship that meets the requirements of the conn•act. 7. If the geotechnical engineer determines that the primary cause of the cracking is not the CONTRACTOR'S deficient material or worlcmanship, 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 necessaiy remedial work and/or additional work and will perform the worlc at the agreed-upon price as directed by the City. 3.8 SYSTEM ST�TU�' [NOT LTS�D] 3.9 ADJUSTING [NOT US�D] 3.10 CL�ANING [NOT USED] 3.11 CLOS�OUT ACTIVITI�S [NOT US�D] 3.12 PROTECTION [NOT US�D] 3.13 MAINT�NANC� [NOT USED] 314 ATTACHM�NTS [NOT US�D] �ND OF S�CTION Revision Log CITY OF FORT WORTH Sanitary Seiver Rehabilrtation Coniract 77 -STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cilv Proiec! No: 01489 Revised July 1, 2011 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 DATE I NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Sa�zifa�y Seiver Rehabilita(ion Contract 77 City Project No. 01489 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page I of 5 SECTION 32 13 20 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS PART1- GENERAL 1.1 SUMMARY A. Section Includes 1. Concrete sidewalks 2. Driveways 3. Barrier fi•ee ramps B. Deviations fi�om City of Fort Worth Standards 1. None C. Related Speciiication Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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) Sidewallc 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 worlc 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 necessaiy to complete the work. 1.3 R�FEI2�NCES A. Abbreviations and Acronyms CITY OF FORT WORTH Sanilmy Setiver Reliabilitation Ca7tract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Project No. 01489 Revised July 1, 2011 32 13 20 - 2 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page2of5 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 foi• Preforined E�pansion Joint Fillers for Concrete Construction (Non-extruding and Resilieut Types) b. D698, Test Methods for Laboratoiy Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT US�D] 1.� aTJasr�a a a�I.� �r�Tv a TeJ�i��ij 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. Section 32 13 13. B, Product Data: submit product data and sample for pre-cast detectable warning for barrier fi�ee ramp. 1.7 CLOSEOUT SUBMITTALS 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSIJRANC� [NOT US�D] 1.10 I)ELYV�RY, STORAG�, Al<tl) �IAND�,ING [NOT U�ED] 1.11 FI�LD CONDITIONS A. Weather Conditions; Placement of concrete shall be as specified in Section 32 13 13. 1.12 WARI2ANTY [NOT USED] PART 2 - PRODUCTS 21 OWN�R-FURNISH�D PItODUCTS [NOT USED] 2.2 �QUIPMENT AND MAT�RIALS A. Forms: wood or metal straight, fi•ee fi•om warp and of a depth equal to the thicicness of the finished worlc. B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the plans or detailed specifications, the standat�d class foi• concrete sidewallcs, driveways and barrier free t�amps is shown in the following table. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concretel Cementitious, Compressive Water/ Aggregate LbJCY 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 Sanila�y Sewer RelzabiJitalion Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crh� Proiec! No. 01489 Revised July 1, 2011 321320-3 CONCRETE SIDEWALKS, DRIVGWAYS AND BARR[ER PREE RAMI'S Page 3 of 5 1. Sidewalk, driveway and barrier free ramp reinfot•cing steel shall be #3 deformed bars at 18 inches on-center-both-ways at the center plane of all slabs. D. Joint Filler. 1. Wood Filler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler: a. Use only in areas where not practical for wood boards. b. Pre-molded asphalt board �ller•: 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 fller. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the plans. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROI. [NO'I' USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT US�D] 3.3 PREPARATION A. Surface Preparation l. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the plans or as established by the City. 2. Fine Grading a. The CONTRACTOR shall do all necessaiy filling, leveling and fine grading required to bring the subgrade to the exact grades specifed 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 l. Sidewallc, 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 speci�cations within the limits of the driveway approach. 3. Driveways shall have a minimum thicicness 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 Sa��itary Sewer Rehabilitation.Conh�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P��oject No. 01489 Revised July 1, 2011 321320-4 CONCRETE SIDEWALKS, DRNGWAYS AND BARRIGR FREL-' RAMPS Page 4 of 5 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the CONTRACTOR and not meeting TAS must be removed and replaced to tneet TAS (no separate pay). B. Forms: Forms shall be secucely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinfot•cement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. E. Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Pt•ovide exposed aggt•egate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints l. Expansion joints for sidewalks, driveways and barrier fi�ee ramps shall be formed using i•edwood. 2. Expansion joints shall be placed at 40 foot intervals fot• 4 foot wide sidewallc 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, foi�rnations, other sidewalks and other adjacent old concrete worlc. 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. Sidewallcs shall be marked at intervals equal to the width of the walk with a marlcing tool. 7. When sidewallc is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red colo�� 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 pedestt•ian access route enters the sh�eet. 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 insttuctions. CITY OF FORT WORTH Sanrtary Seiver Rehabili�ation Co�rlrnct 77 STANDARD CONSTRUCTION SPECII'ICA'I'ION DOCUMENTS Cih� Projecl No. 01489 Revised July 1, 2011 321320-5 CONCRETE S[DEWALKS, DRNEWAYS AND BARRIER FREF, RAMPS Page 5 of 5 3.5 [R�PAIR]/[RESTORATION] [NOT US�D] 3.6 IZE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT US�D) 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT US�D] 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT US�D] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanita��� Setiver Rehabilil��lion Contract 77 Crt�� Project No. 01489 321373-1 CONCRGTE PAVING JO[NT SEALANTS Page I of 4 SECTION 32 13 '73 CONCRETE PAVING JOINT SEALANTS PART1- GENERAL 1.1 SUMMARY A. Section Includes 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Standard Detail 1. Typical Stceet Construction Details C. Deviations from City of Fort Worth Standards l. None D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requiretnents, 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 subsidiaiy 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 REQUIR�MENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitary Seiver Rehabilitatio�i Contract 77 Ciry Project No. 01489 321373-2 CONCRETE PAVING JOINT SEALAN"CS Page 2 of 4 2. Submit verifable documentation that the manufacturec of the silicone joint sealant has a minimum two-year demonstrated, documented successful field performauce with concrete pavement silicone joint sealant systems. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35°F B. Concr�ete surface must be clean, dry and frost fi•ee. C. Do not place sealant in an expansion-type joint if surface temperatui•e is below 35°F or above 90°F. 1.12 WAIZI2ANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER I+'UIaNISHED PRODUCTS [NOT �JSED] 2.2 MATERIALS & �QUIPM�NT 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 bacicer 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 bacicer rod and Urealcer 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 SOURC� QUALITY CONTROL [NOT USED] PART 3 - EX�CUTION 3.1 INSTALLERS [NOT USED] 3.2 �XAMINATION [NOT US�D] 3.3 PI2�PARATION [NOT US�D] 3,4 TNCTAT,T.ATTQI�T A. General. CITY OF PORT WORTH Sanita��� Seu�er Rehabi(itntion Conh•act 77 STANDAFZD CONS'CRUCTION SPECIFICATION DOCUMENTS . Cih� Pr�nject No. 014c49 Revised July l, 201 I 321373-3 CONCRETG PAVING JOINT SEALAN"I'S Page 3 of 4 The silicone sealant shall be cold applied. 2. Ailow concrete to cure foi• a minimum of 7 days to ensure it has suffcient strength prior to sealing joints. 3. Perform joint reservoic 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 necessaiy 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 fi•om 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. Diy 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. 5. Place the bond brealcer 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 Sanitary Sewer Rehabilrtation Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July l, 2011 321373-4 CONCRETE 1'AV1NU JUIN'1' S�ALAN'1'S Pagc 4 of 4 1. Apply the joint sealant upon placement of the bond brealcer r•od and tape, using the mechanical injection tool. 2. Do not seal joints uuless they are cleau and diy. 3. Remove and discard eacess sealant left on the pavement stn�face. 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 tacl<-fi�ee. F. Approval of Joints The City may request a representative of the sealant manufacturer• to be present at xh� job site at the beginning of the final cleaning and sealin� of joints. a. The representative shall demonstrate to the CONTRACTOR and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 [12EPAIR]/[RESTORATION] [NOT USED] 3.G 12�-INSTALLATION [NOT USED] 3.7 FI�LD QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJUSTING [NOT US�D] 3.10 CL�ANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USED] �ND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH Sanitn�y Seu�er Rehabilitalion Contract 77 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS . Ciry Project No. 01489 Revised July 1, 2011 321613-1 CONCRETE CURB AND GUT'I'GI2S AND VALLEY GUT'CERS Page t of 5 S�CTION 32 16 13 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS f�� If_�l��►L��7�J l.l SUMMARY 1.2 A. Section Includes 1. Concrete Curbs and Gutters 2. Concrete Valley Gutters B. Standard Detail 1. Typical Street Construction Details C. Deviations fi�oin 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 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Concrete Curb and Gutter: measure by the linear foot of the height speciiied 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 OP FORT WORTH STANDARD CONSTRUCTION 5PECIFICATION DOCUMENTS Revised Ju(y 1, 2011 Sanitar7� Server Rehabilitation Conn�act 77 Ciry Projeci No. 01489 32 lG 13 - 2 CONCR�T� CURB AND GU'I'TERS AND VALLEY GUTTERS Page 2 of 5 1.3 R�F�I2ENC�S [NOT US�D] 1.4 ADMINISTRATIV� R�QUIREMENTS [NOT US�D] 1.5 ACTION SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT US�D] L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FI�LD CONDITIONS A. Weather Conditions: see Section 32 13 13. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWN�R FURNISH�D PRODUCTS [NOT USED] 2.2 �QUIPM�NT AND MATERIALS A. Forms: see Section 32 13 13. B. Concrete: see Section 32 13 13. C. Reinfor•cement: see Section 32 13 13. D. Joint Filler. l. Wood Filler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler: a. Use only in areas where not practical for wood boards. b. Pre-molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in plans. d. Include two liners of 0.016 asphalt impregnated lcraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73. C1TY OF FORT WORTH Snnitnry Seri�er Rehabililation Conh•act 77 STANDAI2.D CONSTRUCTION SPECIPICATION DOCUMENTS - Ciry Project No. 01489 Revised July 1, 2011 32 16 13 - 3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 2.3 ACCESSORIES [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EX�CUTION 31 INSTALLERS [NOT USED] 3.2 �XAMINATION [NOT USED] 3.3 PREPARATION A. Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION 1:1 : Forms 1. Extend forins 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. Reinforcing Steel. 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be fi•ee from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement 1. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand-Laid Concrete — Curb and gutter. a. Shape and compact subgrade to the lines, grades and cross section shown on the plans. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. d. Strike off with a template 1/4 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. Pc•ovide clean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised July 1, 2011 Sanita�y Server Rehabilita(io�t Co�t/racl 77 Ciry Project No. 01489 32 16 13 - 4 CONCRETE CURB AND GUTTGRS AND VALLEY GUTTERS Page 4 of 5 1) T11e forming tube of the extrusion machine or the form of the slipform machine must easily be adjlistable vertically during the forward motion of the inachine to provide variable heights necessa►y to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipforin worlc 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 struct�u�es. b. Place tooled joints at 15-�oot inter•vals or matching abutting sidewalk joints and pavement joints to a depth of 1'/z inches. c. Place eapansion joints at all intersections with concrete driveways, cut•bs, buildings and othei• curb and gutters. d. Make expansion joints no l�ss than 1/2 inch in thickness, e�tending the full depth of the concrete. e. Malce expansion joints perpendieular and at right angles to the face of the curb. f. Neatly h•im any expansion material extending above the finished to the surface of the finished work. g. Malce expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and guttet• are required. i. Insta113 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 brealcer and terminate with a dowel cap that provides a miniinum of 1 inch fi•ee expansion. lc. Support dowels by an approved method. D. Curing: see Section 32 13 13. 3.5 [R�PAIR]/[IZ�STORATION] [NOT USED] 3.6 12E-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT US�D] 3.11 CLOS�OUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS fNOT USEDI �ND OF SECTION CITY OF FORT WORTH Sa�tita�y Server Rehabilitation Corrn�nc177 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS _ City Projecl No. 01489 Revised July 1, 2011 321613-5 CONCRE'I'E CURB AND GUTTGRS AND VALLGY GU"I'7'EI2S Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Seiver Rehabilitation Cont�•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 2011 32 91 19 - 1 "I'OPSOIL PLACEMENT AND F[NISHING OF PARKWAYS Page 1 of 3 S�CTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF PARICWAYS I��71��l� _D�►`iJ_7��I 1.1 SUMMARY A. Section Includes 1. Furnish and place topsoil to the depths and on the areas shown on the plans. B. Deviations from City of Fort Worth Standards 1. None C. Related Speciiication 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 PAYM�NT PROCEDIJRES A. Measurement and Payment l. Measurement: a. Topsoil: measure by the cubic yard in place. 2. Payment: a. Contract unit price and total compensation for loading, hauling, placing and fiirnishing all labor equipment, tools, supplies, and incidentals as necessary to complete work. b. All excavation required by this item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations involved. CITY OP FORT WORTH STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jufy 1, 2011 Spnitary Seiver Rehabililation Canh�aat 77 Cih� Projec� No. 01489 32 91 19 - 2 TOPSOIL PLACEMEN"C AND PIN[SHiNG OE PARKWAYS Page 2 of 3 1.3 REF�I2�NCES [NOT US�D] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSiIRANC� [NOT US�D] 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] l.11 FI�LD [SIT�] CONDITIONS [NOT US�D] 1.12 WARR�NTY [NOT USED] PAR'� 2 - �'RODITC�'� 2.1 OWNER-FURNISH�D [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 2.3 2.4 1ViATEItiAi,S A. Topsoil 1. Use easily cultivated, fertile topsoil that; a. is fi�ee from objectionable material including subsoil, weeds, clay luuips, non- soil materials, roots, stumps or stones larger than 1.5 inches b. has a high resistance to erosion, and c. is able to support plant growth. 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. 4. pH: 5.5 to 8.5. 5. Liquid Limit: 50 or less. 6. Plasticity Index: 20 or less. 7. Gradation: maximum of 10 percent passing No. 200 sieve. B. Water: Clean and fi•ee of industrial wastes and other substances harmful to the growth of vegetation. ACCESSORIES [NOT USED] SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALL�RS [NOT US�D] 3.2 �XAlVIINATION [NOT US�D] 3.3 PI2�PARATION [NOT USED] 3.4 INSTALLATION A. Finishing of Parkways. 1. Smoothly shape parlcways, shoulders, slopes, and ditches. CITY OF FORT WORTH Sanilnry Seiver Rehabililalion Contract 77 STANDAItD CONSTRUCTION SPECIPICATION DOCUMENTS . Ciry Project No. 01489 Revised July 1, 2011 3291 19-3 TOPSOIL PLACEMENT AND PINISH[NG OF PARKWAYS Page 3 of 3 3.5 3.6 3.7 2 3 4 5 6 7 Cut parkways to finish grade prioi• to the placing of any improvements in or adjacent to the roadway. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways six inches and back�ll with top soil. Make standard parkway grade peipendicular to and draining to the curb line. a. Minimum: 1/4 inch per foot. b. Maximum:4:1. c. City may approve variations from these requirements in special cases. Whenever the adjacent property is lower than the design curb grade and runoff drains away fi�om the street, the parkway grade must be set level with the top of the cui•b. The design grade fi�om the parkway extends to the back of the walk line. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness speciiied. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork 4. Tamp the topsoil with a light roller or other suitable equipment. [REPAIR]/[RESTOI2ATION] [NOT USED] RE-INSTALLATION [NOT USED] FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Se�ver Rehabilitation Co»h•ac177 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projed No. 01489 Revised July l, 2011 32 92 13 - 1 HYDROMULCHING, SLTDING AND SODDING Page 1 of 7 S�CTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING PART1- GEN�RAL 1.1 SUMMARY A. Section I�lcludes 1. Furnishing and installing gi•ass sod and permanent seeding as shown on plans, or as directed. B. Deviations fi�om City of Fort Worth Standaeds 1. None C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Conh•act Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES 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 necessaiy to complete the work. b. Seeding: contract unit price and total compensation for furnishing all materials including water for seed-fertilizer, slurry and hydraulic mulching, water and mowing (until established), fertilizer, and material, labor, equipment, tools and incidentals necessary to complete the work. c. Mowing: contract unit price and total compensation for lnaterial, labor, equipment, tools and incidentals necessary to complete the work. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQIIIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SiTBMITTALS 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 laboratoty with certified results presented to the City in writing, prior to planting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Sanitary Sex�e�• RelraGilitation Confract 77 City Project No. 01989 32 92 13 - 2 HYDROMULCI-[ING, SGEDING AND SODD[NG Page 2 of 7 3. All seed to be of the previous season's crop and tlie date on the container shall be within twelve moirths of the seeding date. 1.7 CLO��OUT SU�IVIITTALS [NO'I' iTSED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALI'I'Y ASSURANC� [NOT US�D] 1.10 DELIV�RY, STORAG�, AND HANDLING A. Block Sod 1. Protect fi•om exposure to wind, sun and freezing. L. 1�liliiJ JlQl�hVll JVU 111�J1JL. B. Seed l. If using native grass or wildflower seed, seed must have been harvested within one hundred (100) miles ofthe construction site. 2. Each species of seed shall Ue supplied in a separate, labeleci containei• for acceptance by the City. C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2. Couform to Texas fei�tilizer law. 1.11 FI��I2 [SIT�] CONDI'�IOl\tS [NOT �JSED] L12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISH�D PRODUCTS [NOT US�D] 2.2 MATERIALS AND EQUIPNi�NT A. Materials Blocic Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass), 2) "Cynodon dactylon" (Common Bermudagrass), 3) "Buchloe dactyloides" (Buffalograss), 4) an approved hybrid of Common Bermudagrass, 5) or an approved Zoysiagrass. b. Sod must contain stolons, leaf blades, rhizomes and roots. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minitnutn sod thickness: 3/4 inch e. Maximum grass height: 2 inches £ Acceptable growing beds: 1) St. Augustine gt•ass sod: clay or clay loam topsoil. 2) Bec•muda grasses and zoysia grasses: sand or sandy loam soils. g. Dimensions. 1) Machine cut to uniform soil thickness. CITY OF FORT WORTH Sanilary Seiver Rehabilitation Cot7b•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS � Ciry Project No. 01489 Revised Jufy I, 2011 329213-3 HYDROMULCHING, SLEDING AND SODDING Pagc 3 of 7 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x[(Pei•cent Germination + Percent Firin or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) not exceed ten percent by weight of the total of pure live seed (PLS) and other material in the mixture. b) Seed not allowed: (1) Johnsongrass (2) nutgrass seed 4) Harvest seed within 1-year prior to planting b. Non-native Grass Seed 1) Plant between April 15 and September 10 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) cynodon dactylon g5 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 loliuin mult flo�•una 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 Bluestem Eastern Grama Blue Grama Switchgrass Prau�ie Wildrye* CITY OF FORT WORTH STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS Revised July 1, 2011 Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Bacchloe dacryloides Sorghast��a�m nutans E��agrostis trichodes Arrdropogon gerardii Tr•ipscacum dactyloides Boutelozsa gr�acilis Paj�icum virgaturn Ely�nus canadensis Sanrtary Seiver Rehabilr�ntion Cor�h�act 77 Ciry Project No. 01489 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 7 d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 Lbs. PLS/Acre Common Name Botmzical Name 3.0 Bush Sunflower Sis�sia calva 5.0 Butterfly Weed Asclepias tirbe�•osa 2A Clasping Coneflower* RZ�dbecicia amplexicnzdis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmcu�thars illinoef�sis 13.6 Pai�tridge Pea Cnssia fasciculata 2.0 Prairie Verbena Verbena bipinnatifrda 8.0 Texas Yellow Star Lindheimeri texa��a 8.0 Winecup Ca11ir1�oe involc��ata 2.0 Black-eyed Susan Rardbecicia l�i��ta 18.0 Cutleaf Daisy E�7gelnzannia pi��natrfrda 2.0 Obedient Plant Plzysostegia inte��rnedin 3.0 Pitcher Sage Salvia azzirea 2.0 Plains Coreopsis Co��eopsis tinctor•ia 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parl<ing lot or within three feet of a walkway e. Tempor•ary 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 �ber 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 sh�ong moisture retaining mat. 4. Fertilizer a. acceptable condition for distribution b. applied uniformly over the planted area. c. Analysis 1) 16-20-0 Z) 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 fi•ee of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 7. Soil Retention Blanlcet a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. C1TY OP FORT WORTH Snnitary Seive�� Ref�abilitnlion Conh�nct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS . City Projec! No. 01459 Revised July 1, 2011 329213-5 HYDROMULCHING, SEEDING AND SODDING Pagc 5 of 7 2.3 ACC�SSORIES [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT US�D] PART 3 - EXECUTION [NOT US�D] 3.1 INSTALLERS [NOT US�D] 3.2 EXAMINATION [NOT USED] 3.3 PR�PARATION 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 fiist 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 may slide due to the height or slope of the surface or nature of the soil. i 3. Watering and Finishing a.. Furnish water as an ancillary cost to CONTRACTOR by means of temporary metering / it-�•igation, 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 . Sanitm�� Sewer Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCCJMENTS Ciry Project No. 01489 Revised July I, 2011 329213-6 HYDROMULCH[NG, SEEDING 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 until accepted. If applicable, plant large areas by it�•igation zones to ensure areas are watered as soon as they are planted. B. Seeding l. Geuecal a. Seed only those areas indicated on the plans atid areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for Ciry approval. 2. Broadcast Seeding a. Broadcast seed in �vvo ciireciions at ri�h� dt►gies �u eacti uinei•. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) scalp eXisting grasses to 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 titne pi•ovided 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 dt�ill, or a corrugated roller of the "Cultipacicer" type. £ Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fer•tilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous sluriy. 2) Mixture forms a blotter-lilce 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. 6. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessaiy to achieve an acceptable stand of ttuf as deimed 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 r�liic pnP half iri�h �P.1' WP_.P_.�C C�1011l(� }1P AYri1PCj 1111iI� a(_r.P_.riP(�_ CITY OF FORT WORTH Sanitary Setiver Rehabilitation Contract 77 STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS • Crry Proiect No. 01489 Revised July l, 2011 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 7 3.5 [REPAIR]/[R�STORATION] [NOT US�D] 3.6 R�-INSTALLATION (NOT USED] 3.7 FI�LD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USEDj 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Block Sodding L Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered fnally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed. b. Vegetation is free from bare areas. 3. Turf will be accepted once fiilly established. a. Seeded area must ha�e 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 S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitary Seiver Re/tabilitatron Ca7b•ncl 77 City Project No. 01489 32 93 43 - 1 'I'REES AND SHRUBS Page 1 of 8 SECTION 32 93 43 TREES AND SHRUBS PART1- GENERAL 1.1 SUMMARY A. Section Includes 1. Tree and slvub planting and maintenance within street right-of-way and easements. B. Deviations from City of Fort Worth Standards 1. None 1.2 C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 92 13 - Hydromulching, Seeding and Sodding. 4. Section 32 91 19 - Topsoil Placement and Finishing of Parkways PRICE AND PAYMENT PROCEDIJRES A. Measurement and Payment 1. Measurement a. Plant Tree: measure per each by caliper. b. Remove Tree: measure per each by the range of caliper inch for removal in 6- inch increments. c. Remove and Transplant Tree: measure per each by caliper to be removed, stored and transplanted. 2. Payment a. Plant Tree: contract unit price and total compensation for 1) furnishing and installing trees, 2) hauling, 3) grading and backfilling, 4) excavation 5) fertilization, 6) water 7) removing and disposing of surplus material, and 8) all equipment, labor, tools and incidentals to complete the worlc. b. Remove Tree: conh•act unit price and total compensation for 1) Removing tree, 2) Grading and backfilling, 3) Excavation, 4) Fertilization, 5) Water, 6) Removing and disposing of surplus material, and 7) All labor, tools, equipment, and incidentals to complete the work. c. Remove and Transplant Tree: contract unit price and total compensation for 1) Moving tree with truck mounted tree spade. 2) Replanting tree at temporary location, (determined by CONTRACTOR). CITY OP FORT WORTH . Sanilary Server Rehabilitation Co�7tract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July l, 2011 329343-2 TREGS AND SHI2UBS Page 2 of 8 3) Maintaining tree until const�•uction is complete. 4) Replantiilg same tree back to its os•iginal or other location. 5) Grading and backfilling, 6) Excavation, 7) Fertilization, 8) Water, 9) Removing and disposing of surplus material, aud 10) All equipinent, laboi•, tools, and incidentals to complete the worlc. 1.3 R�FERENCES A. Reference Standards l. 2. 3. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the erid of this specification, unless a date is specifically cited. Amecican National Standards Institute (ANSI): a. ANSI Z60.1, American Standard for Nursery Stocic Hoi�tus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing Co., New York. 1.4 ADMINISTRATIVE REQUII2�MENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFOI�MA'I'IONAL SUI3IVII'I'TALS A. Tree data: Submit certification from supplier that each type of tree conforms to specification requirements. 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSUI2ANCE A. Coordination: L Coordinate with City Forester prior to beginning construction activities adjacent to or that will impact existing trees and shr•ubs. B. Qualifications l. Landscaper specialized in landscape and planting work. C. Substitutions 1. Not permitted unless approved by City when specified planting material is not obtainable a. Submit proof of non-availability together with proposal for use of equivalent material. b. Substitutions of larger size or better grade than specified will be allowed upon approval by City Forester, but with no increase in unit price. 1.10 DELIV�RY, STORAG�, AND HANDLING A. Do not remove container grown stocic fi�om containers before time of planting. B. Delivety and Acceptance Requirements 1. Ship trees with Certificates of Iuspection as required by governing authorities. CITY OF FORT WORTH SaniJmy Sewer Rehabilitatron Contrac177 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - City Projecl No. 01489 Revised July I, 2011 329343-3 "I'REES AND SHRUBS Page 3 of 8 2. Label each tree and shrub with securely attached waterproof tag bearing legible designation of botanical and common name. 3. Use protective covering during delivery. 4. Deliver pacicaged materials in fully labeled original containers showin� weight, analysis and name of manufacturer. C. Storage and Handling Requirements 1. Protect materials from deterioration during deliveiy, and while stored at Site. 2. Do not prune prior to installation. 3. Do not bend or• bind-tie trees or shi•ubs in such manner as to damage bat•]c, break branches, or destroy natural shape. 1.11 FIELD CONDITIONS [NOT US�D] Ll�L►�i.�ll �-7tiY�i� A. Warranty Period: 12 months after job acceptance. B. Warrant trees against defects including: 1. Death. 2. Unsatisfactory growth. 3. Loss of shape due to improper pruning, maintenance, or weather conditions. C. Plumb leaning trees during warranty period. D. Remove and replace trees found to be dead during warranty period. E. Remove and replace trees which are in doubtful condition at end of warranty period, or when approved by City, extend warranty period for trees for full growing season. PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MAT�RIALS 1. General a. Plants shall be true to species and variety specified, grown under climatic conditions similar to those in the locality of the project for at least two years and have been freshly dug during the most recent favorable harvest season. b. All plant names and descriptions are as defined in Hortus ThiNd. c. All plants are to be grown and harvested in accor•dance with the Ame��ican Standard foi� Nursery Stock. d. Unless approved by the City Forester, plants shall have been grown in a latitude not more than 200 miles north or south of the latitude of the project unless the provenance of the plant can be documented to be compatible with the latitude and cold hardiness zone of the planting location. 2. Trees a. Provide container grown trees which are straight and symmetrical and have persistently preferred main leader. b. Mark the tree's north orientation in the nurseiy for all deciduous trees grown in the field with a 1-inch diameter spot of white paint on the tree trunk within the bottom twelve inches of the trunk. CITY OF FORT WORTH • Sanrtary Seiver Rehabilrlaliorr Contract 77 S7'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pi•oject No. 01489 Revised Jufy 1, 2011 32 93 43 - 4 TRLES AND SHRUBS Page 4 of 8 c. d. e. � g• Crown shall be in good overall proportion to entire height of tree with branching coniiguration as recommended by ANSI Z60.1 for type and species specified. Trees designated as balled and burlapped (B&B) shall be properly dug with firm, natural balis of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the A»��erica» Standa��d for Nimsery Stock. Balls shall be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface oi ball. Trees with loose, broken, processed, or inaiiufactured root balls will not be accepted, except with special written approval before planting. Where clump is specified, fiunish plant having minimum of tlu•ee stems originating fi•oin common base at ground iine. Measure tcees by average caliper of trunlc as follows: 1) For hunlcs up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunlcs more than 4 inches, measure caliper 12 inches above top of root ball. 3) Caliper measurements a) By diameter tape measure. b) Indicated calipers on plans are minimum. c) Averaging of plant caliber: not permitted Trees shall conform to following requirements: 1) Healthy, 2) Vigorous stock, 3) Grown in recognized nursely. 4) Free of a) Disease b) Insects c) Eggs d) Larvae e) Defects such as (1) Kr►ots (2) Sun-scald (3) Injuries (4) Abrasions (5) Disfigurement (6) Borers and infestations 3. Soil Products a. Topsoil: See 32 91 19. b. Peat moss, mulch and fertilizer: Use material recommended by City Forester for establishment of healthy stock aftei• replanting. 4. Stalces and Guys a. Provide minimum 8-foot long steel T-stalces and 1 inch wide plastic tree chains. b. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. Tree Wrap, Twine and Seal a. Wr�ap: CITY OF FORT WORTH Sa�ritn�y Seiver Reliabi(i[atio» Cartrac[ 77 STANDAIZD CONSTRUCTTQN SPFCTFTCATION DOCT 1MENTS City Prniect No. O1489 Revised July I, 2011 329343-5 TREES AND SHRUBS Page 5 of 8 1) Fiist quality. 2) Bituminous impt�egnated tape. 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and having qualities to resist insect infestation. b. Twine: 1) Lightly tarred, medium-coarse sisal (lath) yarn. 2) Do not use nails or staples to fasten wrapping. c. Seal: Commercially available tree wound dressing specifically produced foc use in sealing tree cuts and wounds. 6. Water: clean and fi•ee of industcial wastes or other substances harmful to the growth of the tree. 2.3 ACC�SSORIES [NOT US�D] 2.4 SOURCE QUALITY CONTROL A. Notify City, prior to installation, of location where trees that have been selected for planting may be inspected. B. Plant material will be inspected for compliance with following requirements. l. Genus, species, variety, size and quality. 2. Size and condition of balls and root systems, insects, injuries and latent defects. PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General l. Schedule work so that planting can proceed rapidly as portions of site become available. 2. Plant trees after final grades are established and prior to seeding or sodding. 3. When planting of t�•ees occurs after seeding work, protect seeded areas and promptly repair damage to seeded areas resulting from tree planting operations in compliance with requirements of Section 32 92 13. 4. Layout individual trees at locations shown on plans. 5. In case of conflicts, notify City before proceeding with Work. 6. Stake trees for City approval. B. Preparation of Planting Soil 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. 2. Strip and utilize 4 inch layer of top soil fi�om existing ground. 3. Delay mixing of fertilizer when planting will not follow placing of planting soil within 48 hour•s. 4. Incorporate amendments into soil as part of soil preparation process prior to �ne grading, fertilizing, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. CITY OF FORT WORTH . Snnila�y Setiver• Rehabilitatiaz Conn•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised Ju(y l, 2011 329343-6 TREES AND SHRUBS Page G of 8 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until amendments are pulverized and have become homogeneous layer of topsoil ready for planting. 3.4 INSTALLATION A. Planting 1. Excavate pits, beds, or trenches with vet•tical sides and with bottom of excavation raised minimum of 6 inches at center fo►• p►•oper drainage. 2. Provide following ininimum widths: a. 15 gallon containers or largei•, 2 feet wider than diaineter of root ball. b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball. 3. When conditions detrimental to plant geowth are encountered, such as unsatisfactoiy soil, obstructions, or adverse drainage conditions, notify City before planting. 4. Deliver trees after preparations for planting have been completed and plant immediately. 5. When planting is delayed more than 6 hours after deliveiy a. Set tt�ees and shrubs in shade. b. Protect from weather and mechanical damage. c. ICeep roots moist by covering with mulch, burlap, or other acceptable means of retaining moisture, and watei• as needed. 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. %. Remove plastic, paper, or fibrous pots fi•om the containerized plant material. Pull roots out of the root mat, and cut circling roots with a sharp Icnife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pacl< planting mix around the exposed roots while planting. 8. Cut ropes or strings fi�om the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baslcets fi•om around top half of balls. Do not turn under and buiy portions of burlap at top of ball. Set balled and but•lapped trees in the hole with the north marlcer faciug not�th. 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 10. Place plants at level that, after settlement, natural relationship of plant ct•own with ground surface will be established. 1 L When set, place additional bacicfill around base and sides of ball, and worlc each layer to settle bacicfill and eliminate voids and air pocicets. 12. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. 13. Repeat watering until no more water is absorbed. 14. Dish top of backfill to allow for mulching. 15. Mulch pits, trenches and planted areas. CITY OP FORT WORTH Sanitmy Seiver Rehabili/ation Conh�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMEPITS Ciry Project No. 01489 Revised Jufy 1, 2011 329343-7 TREES AND SHRUBS E'age 7 of S a. All trees, shrubs and other plantings will be mulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mulch tnust not be placed within 3 inches of the trunks of trees and shrubs. 16. Provide 2 to 4 inch thickness of mulch, work into top of bacicfill, and finish level with adjacent finish grades. 17. Cover entire root ball. 18. Prune a. Plants shall not be heavily pruned at the time of planting. Pruning is required at planting to correct defects in the tree stcucture, including removal of injured branches, double leaders, wateisprouts, suckers, and interfering branches. Healthy lower branches and interior small twigs shouid not be removed except as necessary to clear waiks and roads. In no case should more than on-quarter of the branching structure be removed. Retain the normal shape of the plant. b. All pruning shall be completed using clean sharp tools. All cuts shall be cleau and smooth, with the bark intact with no rough edges or tears. c. Except in circumstances dictated by the needs of specific pruning practices, tree paint shall not be used. The use of tree paint shall be only upon approval of the City Forester. Tree paint, when required, shall be paint speciiically formulated and manufactured for horticultural use. 19. Prune trees to retain required height and spread. 20. Do not cut tree leaders, and remove only injured and dead branches from flowering trees. 21. Remove and replace excessively pruned or misformed stock resulting from improper pruning. 22. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. 23. Guy and stake trees immediately after planting. B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during dormant growth ' season. 2. Provide tree spade of adequate size as directed by City Forester. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT US�D] 3.7 FIELD QUALITY CONTROL A. City may reject unsatisfactory or defective material at anytime during progress of Work. B. Remove rejected trees immediately fi•om site and replace with specified materials. C. Plant material not installed in accordance with these Specifications will be rejected. D. An inspection to determine final acceptance will be conducted by City at end of 12 month maintenance period. E. Warranty periods provided for in paragraph 1.12A. CITY OF FORT WORTH ._ . Sanita�7� SeiverRehabilitation Contract 77 STANDAFZD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 2011 329343-8 TREES AND SHRUBS Page S of 8 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. During planting work, lceep pavemeuts clean and worlc area in orderly condition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On-site burning of combustible cleared mater•ials shall not be permitted. 3.11 CLOSEOUT AC�'I�ITIES (NO'i' LTS�D] 3.12 PROT�CTIOIV A. Pr•otect planting work and materials from damage due to planting operations. B. Maintain protection during installation and inaintenance period. C. Treat, repair, or replace daulaged planting work. 3.13 MAINTENANCE I�7 : C� Maintenance Period: 12 months after job acceptance. Begin maintenance under this Item when the installation of plants on the project is complete and approved, or as directed. Perform the maintenance work for a minimum of 90 days at the designated locations as shown on the plans. D. If a work schedule and fi•equency are not shown on the plans, perform the minimum requirements shown below. 1. Water trees to full depth minimum of once each week or as required to maintain healthy vigorous growth. 2. Prune, cultivate, and weed as required for healthy growth. 3. Restore planting saucers. 4. Tighten and repair stake and guy supports, and reset trees and shrubs to propet• grades or vertical position as required. 5. Restore or replace damaged wrappings. 6. Spray as required to keep h•ees and slu•ubs free of insects and disease. 3.14 ATTACHMENTS �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanilnry Server Relrabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT$ Ciry Proiect No..01489 Revised July 1, 2011 Division 33 - Utilities � CITY OF FORT WORTH Sanitary Seiver Rehabilitation Contracl 77 STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS City Praject No. O1d89 Revised July 1, 2011 330130-I SEWER AND MANHOLE TESTING Page 1 of 5 S�CTION 33 O1 30 SEWER AND MANHOLE TESTING PART1- G�NERAL Fl�i�Yiiu�� �7t�`I A. Section I�icludes: 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) 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 Speciiication l. None. C. Related Speciiication 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 80 00 — Modifications to Existing Concrete 4. Section 33 04 50 — Cleaning of Sewer Mains 1.2 PRIC� AND PAYMENT PROCEDURES A. Measurement and Payment l. 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 subsidiaiy to the unit price bid per linear foot of sanitary sewer main (pipe) complete in place, 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 performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each vacuum test completed. CITY OF FORT WORTH . Sanila�ySeiver Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P�•oject No. 0/489 Revised July 1, 2011 330130-2 SEWER AND MANHOLE TESTING Page 2 of S c. The urice bid shall include: 1) Mobilization 2) Plugs 3) Clean-up 1.3 I2EFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUII2EM�NTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accot�dance with Section Ol 33 00. B. All submittals shall be approved by the Engineer or the City prior to deliveiy. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Test and Evaluation Repocts 1. All test reports generated during testing (pass and fail) 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSIJItANC� 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 D�LIVERY, STORAG�, AND HANDLING [NOT US�D] L11 FIELD [SITE] CONDITIONS [NOT USED] L12 WA,I2RANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EX�CUTION 3.1 INSTALL�RS [NOT US�D] 3.2 �XAMINATION [NOT USED] ' ..__D ' :�t7: 1�I t�7►i A. Low Pressure Air Test (Pipe) 1. 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) 1. Perform as last worlc item before final inspection. CITY OF FORT WORTH Sanita�y SetiverRehabililalion Contract 77 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. 01489 Revised July 1, 201 I 33O130-3 SEWER AND MANHOL� TESTING Page 3 of S 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 certi�cation will invalidate the deflection test. 2) Mandi•el 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) 1. Plug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. 3. Secure stubouts, manhole boots, and pipe plugs 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 au• 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 fi�om the following equation: T = �0.0850*D*K� Q 5. 0 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 _ Sanitary Seive�� Rehabilitation Caih•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July l, 2011 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 5 1. 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. Maximtun percent deflection by pipe size is as follows: Nominal Pipe Size I�iches Percent Deflection Allowed 12 and smaller 5.0 15 tlu�ou h 30 4.0 Greater than 30 3.0 C. Vacuum test (Manhole) 1. Draw a vacuum of 10 inches of inercury and turn off the pump. 2. Witl� 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 10 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 manhole to the time shown for 18 foot depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 seconds. 40+6(5)=70 seconds) 4. Manhole vacuum levels observed to drop greater than 1 inch of inercuty will have failed the test. 3.5 REPAIR / R�STORATION [NOT US�D] 3.6 ItE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Non-Conforming Work l. 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 co�isidered overdeflected. b. Uncover overdeflected pipe. Reinstall if not damaged. a If damaged, remove and replace. CITY OF FORT WORTH Sanilary Seiver Reha6ilrlation Conlract 77 STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 330130-5 SEWER AND MANHOLE TESTING Page 5 of 5 3. Vacuum test (Manhole) a. Should the vacuum test fail, repaic suspect area 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 eYte1•nally. 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitnry Seiver Rehabili�ation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projec! No. 01489 Revised July l, 2011 330131-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 5 SECTION 33 0131 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION PART1- G�NERAL i�t.Y11T►t1► /�:i� 1.2 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 Sewer Slip Lining PRIC� AND PAYMENT PROCEDIIRES 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 OP PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitary Seiver Rehabilitation Contract 77 Ciry Project No. 01489 33 O1 31 - 2 CLOSED CIRCUI'I' TELEVIS[ON (CCTV) INSPECTION Page 2 of 5 2. Payment a. The work performed and materials fiirnished in accordance with this Item and measured as provided under "Measui•ement" will be paid foi• 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 shall include: a. Mobilization b. Cleaning c. Digital iile 1.3 REFEItENCES 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. City of Fort Woi�th Water Department a. City of Fort Woi�th Water Department CCTV Inspection and Defect Coding Program (CCTV Manual). Contact Field Opet�ations to obtain a copy of the CCTV Manual. 1.4 ADMINISTRATIVE I2EQUIREMENTS A. Coordination 1. Meet with City of For�t 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 SLTBMITTALS A. Pr•e-CCTV submittals far sanitaty sewer lines 24 inches and laiger, if required 1. Project schedule 2. Listing of cleaning equipinent and procedures 3. Listing of flow diver�sion 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 SUBMITTALS A. Post-CCTV submittals 1. 2 copies of CCTV video results on DVD 2. 2 hard copies of Inspection Report CITY OF FORT WORTH Sm�ita�y Seive�� Rehnbililation Conl�•act 77 STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS City Projecl No. 01489 Revised July 1, 2011 33 O1 31 - 3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANC� [NOT USED] L10 DELIVERY, STORAG�, AND HANDLING [NOT US�D] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WAI2ItANTY [NOT US�D] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. CCTV Equipment 1. 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. Temporaiy Bypass Pumping — Conform to Section 33 03 10. C. Cleaning — Conform to Section 33 04 50. 3.4 INSPECTION (CCT� 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 necessaiy 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 I obstruct the camera view, allowing for proper evaluation. 5. During investigation stop camera at each defect along the main. CITY OF FOR1' WORTH _ Sanitary Seiver Rehabilitation Con(ract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projeci No. 01489 Revised Ju(y I, 201 I 33 O1 31 -4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 5 a. Record the nature, location and orientation of the defect or infiltration location as speciiied 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 cracl<s, brol<en or deformed pipe, holes, offset joints, obstructions or debris e. Infiltration/Inflow locations £ 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 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before rehabilitation worlc. IJ � If, during inspection, the CCTV will not pass through the entire section of main due to blocicage or pipe defect, set up so the inspection can be performed from the opposite manhole. 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 R�PAIR / R�STORATION [NOT US�D] 3.6 R�-INSTALLATION [NOT US�D] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING A. See Section 33 04 50. CITY OF FORT WORTH Sanitary Setiver Reltabilitation Contract 77 STANDARD GONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01489 Revised Ju(y 1, 2011 330131-5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINT�NANC� [NOT USED] 3.14 ATTACHMENTS [NOT US�D] END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Snnrta�y Seu�er Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0l489 Revised July 1, 2011 33 OS 10 - l UTILITY TRENCH EXCAVATION, EMBEDM�NT, AND BACKFILL Page t of 18 SECTION 33 OS 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL � � �f_li�l��►1 D! 71J1 1.1 SUMMARY A. Section Includes: 1. 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 £ Backiill g. Compaction B. Deviations fi•om 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 Stt•ength 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 PAYM�NT PROCEDURES A. Measurement and Payment l. Trench Excavation, Embedment and Backfll associated with the installation of an underground utility or excavation . C1TY OF FORT WORTH Sn��itary Seiver Rehabilitation Con(�•ac1 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 2011 33OS 10-2 UTILITY'I'RENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 18 a. Measut•ement 1) This Item is considered subsidiaiy to the installation of the utiliry pipe luie as designated in the Dr•awings. 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 bacl<iill as indicated on the plans. No other compensation will be allowed. 2. Itnported 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 measut•ed as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Impotted EmbedmentBackfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Fui•nishing backfill or embedment as speciiied 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 lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water• � Removal of ground water control system 4. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Pat�t 1926 Subpai�t P Safety and Health regulations for Constc•uction) b. Payment 1) The work perfoi•med and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. CITY OI' FORT WORTH Snnitary Seiver Rehabilitalion Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Projecl No. 014�9 Revised Jufy 1, 2011 33OS 10-3 UTILITY TRENCH EXCAVATION, �MBEDMCNT, AND BACKF[LL Page 3 of 18 1.3 R�F�R�NC�S A. Definitions 1. General — Defnitions 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 backiill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: J J Li. Y C� Q m J Q Z Li UNPAVED AREAS J J L.� Y U 4 m J Q Z ti INITIAL �— BACKFILL z w � m SPRINGLINE w HAUNCHING BEDDING FOUNDATION � EXCAVATED TRENCH W1DTH /�/, � � �\ / M /�� \� � ��: z �� o \�� ,,, � \j � . %/ \� ��i �� \� ��i OD CLEARANCE 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance fi•om 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 bacl<fill to bottom of permanent or temporaiy pavement repair B. Reference Standards CITY OF FORT WOR"CH Sanita�y Seiver Rehabilitatiotr Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. O1489 Revised July l, 2011 33 OS 10 - 4 UTILITY TRENCH EXCAVAT[ON, EMBEDMENT, AND BACKPILL Page 4 of 18 1, Re,fereiic,e stanrlarcls Git�r_1 in this Sp�G't_fi_catioi� r�fer to th� ct�rrent ref�l'en�e 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 Sulfate 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 Constructiou. e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- Size Coarse Aggregate by Abrasion and Iinpact in the Los Angeles Machine £ ASTM D588 — Standard Test method for Moisture-Density Relations of Soil- Cement Mixture g. ASTM D698-07 Test Method for Laboratoiy Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standai•d 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 lc. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) 1. 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 12EQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weelcends 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 installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence wot•k 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 shall be approved by the Engineer or the City prior to construction. CITY OF FORT WORTH Sanilnry Seiver Rehabilitation Contract 77 STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01989 Revised Ju(y l, 201 I 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKF[LL Page 5 of 18 1.6 ACTION SUBMITTALS/INI+ORMATIONAL 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. Stocl<piled excavation and/or backfll 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 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUI2ANCE [NOT USED] 1.10 DELIV�RY, STORAG�, 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 speci�cally 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 t•oot 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 [SIT�] CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or wai•ranty 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 fi•om by the Contractor. 2. Data is made available for the convenience of the Contractor•. CITY OF FORT WORTH Sanilmy Sewer Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 2011 33OS 10-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKF[LL Page 6 of 18 1.1� WQRR�jV'i'V �j�T(1'T TJCFi�� PART 2 - PRODUCTS �.1 OWN�12-I+'URNIS�I�D (oR] OWNER-SUPPLIED I'ItODUC'I'S 2.2 MA.T�RIALS A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggt�egate according to ASTM C 33 a Reasonably fi�ee of organic material d, Gradation: Sieve Size Pei•cent Retaineci 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 2. Crushed Rocic 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 £ Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rocic b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable inaterials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 £ 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 fi•om 3 inches to 6 inches in greatest diinension. 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 ASTM C88 5. Acceptable Backfill Material a. In-situ or imported soils classi�ed 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 fi•om voids CITY OF FORT WORTH Sanitary Seiver Relrnbilitalion Conb�ac! 77 STANDARD CONSTRUCT'ION SPECIFICATION DOCUMENTS Cih� P�roject No. 01489 Revised July 1, 2011 330510-7 UTILITY TRENCH EXCAVATION, EMBGDM�NT, AND BACKFILL Page 7 of 18 d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In-situ soils classiiied 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 D1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D1633, 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) W Resistant 6) Mirafi 140N by Tencate, or approved equal 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 to10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) W Resistant 7) Mirafi FW402 by Tencate, or approved equal CITY OP FORT WORTH __ Sanitm�� Seiver Rehabrlita/ion Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 01489 Revised July 1, 2011 33OS 10-8 UTILITY TRENCH EXCAVATION, EMBGDMENT, AND [3ACKFILL Page 8 of 18 2.3 ACCESSORIF,S (NOT USFDI 2.4 SOURC� QUALITY CONTROL [NOT US�D] PART 3 - EXECUTION 3.1 INSTALLERS [NOT US�D] 3.2 EXAMINATION A. Verification of Conditions 1. Review all known, identiiied or marlced utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progY•esses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Di•awings with i•espect to utilities is approximate and based on record information or on physical appurtenances obseived within the project limits. 5. Coordinate with the Owner(s) of undergt•ound 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 icnmediately of any changed condition that impacts excavation and installation of the proposed utility. 3.3 PREPARATION A. Pt•otection 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 construction 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 bacicfill 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 Sanitaiy Seiver Rel7abilitation Contracl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01989 Revised July 1, 2011 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMEN"I', AND BACKFILL Page 9 of 1S 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 removal in the Drawings in accordance with Section 02 41 13 4. Traffic a. Maintain existing traffic, except as modified by the h�affic control plan, and in accordance with Section 34 71 13. b. Do not block 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 a Use traffic rated plates to maintain access until access is restored. 5. Traff'ic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Seivices Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing trafiic signal. b. Protect all traffic signal poles, mast arms, pull boxes, h�affic cabinets, conduit and detector loops. a 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, pull boxes, traffc 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 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defned 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 firxn 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 OP FORT WORTH Scutrta�y Seit�er Rehabilrtation Conh•act 77 STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 2011 33 05 10- 10 UTILITY TRENCH EXCAVATION, GMBEDMENT, AND BACKFILL Page 10 of l8 7. Unacceptable Backfill Materials a. In-situ soils classified as unacceptable backiill matet•ial shall be separated fi•om acceptable backfill materials. b. If tl�e unacceptable backfill material is to be blended in accordance with this Specification, then stot�e material in a suitable location until the material is blended. c. Remove all unacceptable material fi•om the project site that is not intended to be blended or modified. 8. Rocic — No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, 5heeting and Bracing l. Engage a Licensed Professional Engineer in the State of Texas to desigu 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 current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and pr�ovide 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 tr•ench 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 Pi�otection System is r�emoved a Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 1. Surface Water a. Furnish all materials and equipment and perforin 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 submer•ged within 24 hours aftet• placement. c. Do not allow �ater to flow over concrete until it has sufiiciently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Contcol Plan if any of the following 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 OP FORT WORTH Sanitary Seirer Relrabililntion Conh•crc! 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01489 Revised Jufy 1, 2011 33 05 10 - 11 UTILITY TRENCH EXCAVATION, EMBEDM�NT, AND BACKF[LL Page 11 of 18 a) Ground water levels 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 f. g� h. excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. 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. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and t•equired in the Contract Documents Ground Water Control Plan installation, operation and inaintenance 1) Furnish all materials and equipment necessaiy 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. 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 l. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. £ 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 fi•om 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 eatend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. 1<. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench back�ll in accot•dance 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 Sanitaiy Seiver Rehabilifatia� Contract 77 STANDARD CONSTRUCTION SPECIFICA7'ION DOCUMENTS Ciry Project No. 01489 Revised July 1, 20ll 33OS10-12 UTILITY TR�NCH EJCCAVAT[ON, EMBEDMENT, AND BACKFILL Page 12 of 18 b, Utility sand may be used for emb�dment when the excavated trench depth is less 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. Ct•ushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location whet•e ci•ushed rocl< or fine crushed rocic come into contact with utility sand £ Place evenly spread bedding material on a fircn 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 material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. l. Where gate valves are present, the initial backiill shall extend to up to the valve nut. m. Compact the embedment and initial backiill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that tlie compaction of embedment meets requirements. o. Place h•ench geotextile fabric on top of the initial bacicfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 OS 26. Water Lines Greater than 24 Inches in Diameter a. The entire embedtnent 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 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. £ Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) �l inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment inaterial to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe gceater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. CITY OF FORT WORTH Sanitary Sewer RehaGilitation Contrncl 77 STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Crty Project No. 01489 Revised Ju(y l, 2011 33 0� 10 - 13 UTILITY TRENCH EXCAVAT[ON, EMBEDMENT, AND BACKFILL Page l3 of 18 m. n. o. j. Place remaining embedment, including initial backiill, 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. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. Density test may be perfot-�ned by City to verify that the compaction of embedment meets requirements. Place trench geotextile fabric on top of the initial bacicfill. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 OS 26. 4. Sanitaiy 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 gt•ound 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. g� h. i. k. m. n. 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. Stonn Sewer (RCP) � a. The bedding and the pipe zone up to the spring line shall be of uuiform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. £ Provide �rm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH Sanitary Sewe�• Rehabililation Co��h•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit}� P��oject No. 01489 Revised Jufy 1, 2011 33 OS l0 - l4 UTILITY TRENCH EXCAVATION, EMB�DMEN"C, AND BACKFILL Page 14 of 18 21 If additional crushed rock is reauired 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 t(ie bedding according to tl�e alignment of the Drawings. h. The pipe line shall 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 suppot�t is obtained in the haunch. j. Compact the embedinent 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. 1. Place trench geotextile fabric on top of pipe and crushed rocic. 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 rocic, oi• 2) Acceptable backfill matei•ial 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, unifoi�rn 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 speciiically identified in the Contract Documents, then crushed rocic shall be paid by the pre-bid unit price. £ 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 embedmeut initial backfill 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 iirm, 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 shall be of uniform mater•ial. 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 Saiaitmy Sewer Rehabilitntion Conlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised Ju(y 1, 2011 33 05 10- 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKPILL Page I S of 18 2) If additional crushed rocl< is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. £ 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 1. At a minimum, place backfill in such a manner that the required in-place density 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. Back�ll Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backiill 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) Backiill depth greater thanl5 feet deep a) Backfill with: (1) Select Fill (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 backfll material 3. Required Compaction and Density a. Final backfill depths less than 15 feet 1) Compact acceptable backfill material, blended backfill material or select 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 WORTH - Sanitary Seiver Rellabi(itation Coniract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01989 Revised July 1, 201 I 33OS 10-16 UTILITY TRENCH EXCAVAT[ON, EMBGDMEN"1', AND BACKFILL Page 16 of 18 c. k'inal bacic�.11 det�t}�s ���eate�� than 15 feet and not under existing or future pavement 1) Compact acceptable bacl<iill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor pet• ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Satiu�ated 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 baciciill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. a If saturated soils are encountered during Worlc but not identi�ied in Drawings or Geotechnical Report in the Appendix: 1) The Coiltcactor 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 detertnine if Work can proceed in the identified location. b) Direct the Contractor of changed bacicfill procedures associated with the saturated soils that may include: (1) Imported bacicfill (2) A site specific bacicfill 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. Place in loose lifts not to exceed 12 inches. c. Compact to specified densities. d. Compact only on top of initial backiill, undisturbed trench or previously compacted back�ll. e. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. £ Install appropriate tracking balls for water and sanitaiy sewer trenches in accordance with Section 33 OS 26. 6. Bacicfll 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 backf'ill 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 excessively diy or wet bacicfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench CITY OF FORT WORTH Sa�iitar�� Sewer Rehabilitatiorr Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Projecl No. 01489 Revised July 1, 2011 33OS10-17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 18 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. £ The City will provide a qualiiied testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results 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 additiarial proctors when soii 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 Proctars in accardance 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 fnal 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 backiilling 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 bacicfill depths greater than 15 feet deep: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. CITY O[' FORT WORT'H _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanita�y Seiver Rehabilitation Conlract 77 Ciry Project No. 01489 33 05 10- 18 UTILITY TRENCH GXCAVA'I'ION, GMBGDMGNT, AND BACKFILL Page 18 of 18 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additioual lifts. f. Malce the excavation available for testing. g. The City will determine the location 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 oftesting 4) Field moisture 5) Diy density 6) Proctor identifier 7) Percent Proctot� Density Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill inaterial, cement modified bacl<fill material or select material will follow the same testing procedure as backfill. b. The City may test fine ct•ushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. B. Non-Conforming Worlc 1. All non-conforming work shall be removed and replaced. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D] 3.11 CLOS�OUT ACTIVITIES [NOT USED] 3.12 PROT�CTION [NOT USED] 3.13 MAINT�NANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OI+ S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanilary Sewer Rehabilitatron Contracl 77 STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 2011 330513-1 FRAME, COVGR, AND GRADE RINGS Page I of 5 SECTION 33 OS 13 FRAME, COVER, AND GRADE RINGS �If_�l���iJ�7� � l.l SUMMARY A. Section Includes: 1. 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 uo other compensation will be allowed. 1.3 REFERENCES A. Reference Standards l. Reference standards cited in this Speci�cation refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is speciiically cited. 2. ASTM International (ASTM) a. ASTM A48 — Standard Specification for Gray I�•on 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 ADMINISTRATIVE R�QUIR�MENTS [NOT US�D] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. CITY OF FORT. WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanita�y Sewer Rehabililatio» Conlract 77 Ciry Project No. 01489 330513-2 FRAME, COVER, AND GRADE RINGS Page 2 of 5 B. All submittals shall be approved by the Engineer� or the City nrior 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 foundiy's name b. Part number c. Countiy of origin 2. Provide manufacturer's: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO designations. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSIIRANCE [NOT US�D] 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] l.11 FI�LD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT US�D] PART 2 - PRODUCTS 2.1 OWN�R-FURNISHED [oR] OWN�R-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPM�NT, PRODUCT TYP�S, 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 Ol 2S 00. B. Castings 1. Use castings for fi•ames 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 Sanitnry Setirer RehabiJitatioi7 Contrac! 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised Jufy 1, 2011 330513-3 PRAME, COVER, AND GRADE RINGS Page 3 of 5 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the frame and cover b. Provide with 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer fi•ames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 19 3/4 inches for all 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. £ 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanitary Seit�er Rehabilitation Contract 77 Ciry P�roject No. 01489 33 OS 13 - 4 FRAMG, COVER, AND GI2ADE RINGS Page 4 of 5 2.3 ACC�SSORI�S fNOT US�DI 2.4 SOURCE QUALITY CONTROL [NOT US�D] PART 3 - EX�CUTION 3.1 INSTALLERS [NOT USED] 3.2 �XAMINATION [NOT US�D] 3.3 PItEPARATION [NOT USED] 3.4 INSTALLATION A. Grade Rings l. Place as shown in the water• and sanitaty sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign mattei• 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 fi•ame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install fi•ame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain stiuctures install frame, cover and grade rings in accordance with applicable 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 1. Seal fi•ame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all fi•ame and cover assemblies. CITY OF FORT WORTH Sanitary Seiver Rehabilitation Conti�nct 77 STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 330513-5 FRAMG, COVER, AND GRADE RINGS Page 5 of 5 3.5 R�PAIR / RESTORATION [NOT US�D] 3.6 RE-INSTALLATION [NOT USED] 3.7 FI�LD [oa] SIT� QUALITY CONTROL [NOT USED) 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D] 3.11 CLOS�OUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sni�itary Seiver Rehabililntion Conh•act 77 STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 201 I 33 OS 14 - 1 ADJUSTING MANHOLES, INLE'I'S, VALVE BOXES, AND OTE IER STRUCTURES TO G[tADE Page 1 of 6 S�CTION 33 OS 14 ' ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE PART1- GENERAL i��Y1Ju_iUI����l 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 Bacl<fill 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 8. 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 PROCEDiTRES 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" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Grade rings or other adjustment device 6) Furnishing, placing and compaction of embedment and backiill CITY OF FORT WORTH Sanila�y Se�t�er Rehabilitation Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July l, 2011 33OS 14-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GI2ADE Page 2 of 6 7) Clean-un 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to manhole to a grade speci�ied on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the ui7it price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) 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 modi�cations to inlet to a grade speciiied on the Dt•awings. 0 c. 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. 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 bacicfill 7) Clean-up 4. Valve Box a. Measurement 1) Measurement for this Item sllall be per each adjustment to a grade specified on the Drawings. � c. 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, 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 Sanitary Seri�er Rehabilitalion Coniract 77 STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 2011 330514-3 ADJUSTING MANHOLGS, INLETS, VALVG BOXES, AND OTI f�R STRUCTURES 1'O GRADE Page 3 of 6 � � 7 Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit pt�ice bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 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 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 material 5) Sh•uctural modifications 6) Furnishing, placing and compaction of embedment and backfill d. Clean-up CITY OF FORT-WORTH Sanitary Seu�er Rehabilitatiori Co�zirnct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Projec� No. 01489 Revised July 1, 2011 33OS 14-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURGS TO GRADE Page 4 of 6 � 3 urFr,RrN�rS A. Reference Standards l. Reference standards cited in this Specification refer to tile current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. TeXas Commission on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and Related Structures. 1.4 ADMINISTRATIVE 12�QUIREMENTS [NOT US�D] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANC� [NOT USED] 1.10 DELIVERY, STORAG�, AND HANDLING [NOT US�D) 111 FI�LD [SIT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT US�D] PART 2 - PRODUCTS 2.1 OWNER-FURNISH�D [oR] OWN�R-SUPPLIED PRODUCTS [NOT US�D] 2.2 MATERIALS A. Cast-in-Place Concrete 1. See Section 03 30 00. B. Modifications to Existing Concrete Struchues l. See Section 03 80 00. C. Grade Rings 1. See Section 33 OS 13. D. Frame and Cover l. See Section 33 OS 13. E. Baciciill inaterial 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 11. CITY OF FORT WORTH Sani�ar�� Se�ver Rehabilitation Conlract 77 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 01489• Revised Juty 1, 2011 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 6 H. Cast-in-Place Concrete Manholes 1. See Section 33 39 10. L Precast Concrete Manholes 1. See Section 33 39 20. 2.3 ACC�SSORI�S [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EX�CUTION 3.1 INSTALLERS [NOT US�D] 3.2 EXAMINATION ' A. Verification of Conditions 1. Examine existing structure to be adjusted, for damage or defects that may affect grade adjustment. a. Report issue to City for consideration before beginning adjustment. 3.3 PREPARATION A. Grade Verification l. On major adjustments con�rm any grade change noted on Drawings is consistent with feld measurements. a. If not, coordinate with City to verify iinal grade before beginning adjustment. 3.4 ADJUSTMENT ' A. Manholes, Inlets, and Miscellaneous Structures 1. On any sanitaiy sewer adjustment replace 24-inch fi•ame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous sh•uctm�es 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 OS 10. CITY OF FORT WORTH Sanilary Sewer Rehabrlitntion Co»Iract 77 STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Pi•oject No. 01489 Revised July 1, 2011 33OS 14-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES 1'O GRADG Page 6 of 6 3,5 REPATR / RESTORATION [NOT USED1 3.G RE-INSTALLATION [NOT US�D] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT US�D] 3.10 CLEANING [NOT US�D] 3.11 CLOS�OUT ACTIVITI�S [NOT US�D] 3.12 PROT�CTION [NOT USED] 3.13 MAINT�NANC� [NOT US�D] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanrtary Seti>>er IZehabililafion Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01989 Revised July 1, 2011 33 05 17 - I CONCRETE COLLARS Page 1 of 3 SECTION 33 OS 1� CONCRETE COLLARS I��f�i�l�►`I �1.7\ �I l.l SUMMARY A. Section Includes: 1. Concrete Collars for Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. 1.2 C. Related Specification Sections include but at�e 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 OS 13 — Frame, Cover, and Grade Rings PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole 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 "Concrete Collar" installed. c. The price bid will include: 1) Concrete Collar 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Pavement removal 8) Hauling 9) Disposal of excess material 10) Placement and compaction of bacicfill 11) Clean-up 12) Additional pavement around perimeter of concrete collar as required for rim adjustment on existing manhole. CITY OF FORT WORTH Sanitary Seiver Rehnbilitatian Conn•act 77. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P�•oject No. 01489 Revised August 21, 2012 330517-2 CONCRETE COLLARS Page 2 of 3 i.s i�r�,it�,�t��,� 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 Speciiication, unless a date is specifically cited. 2. ASTM International (ASTM): a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice foi• Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUIZANCE [l<TOT U��D] 1.10 DELIVERY, STORAG�, AND HANDLING [NOT US�D] 1.11 FIELD [SIT�] CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT US�D] PART 2 - PRODUCTS 21 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 �QUIl'MENT, PRODUCT TYP�S, MAT�RIALS A. Materials 1. Concc•ete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 21 00. 3. Frame and Cover — Confoi•m to Section 33 OS 13. 4. Grade Ring — Conform to Section 33 OS 13. 2.3 ACC�SSORI�S [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT US�D] PART 3 - �X�CUTION 3.1 INSTALL�RS [NOT US�D] 3.2 �XAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. CITY OF TORT WORTH Sa��itar�� Seiver Rehnbililntion Conh•ac! 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised August 21, 2012 3305 17-3 CONCRETE COLLARS Page 3 of 3 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. 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 fi�ame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole fi•ame. 3.5 R�PAIR / R�STORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D] 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 ATTACHIVIENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sai7itmy Se�ver Rehabilitatio�a Conh�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crty Project No. 01489 Revised August 21, 2012 33 31 15 - 1 HIGH DGNSITY POLYETHYLENG (HDPE) PIPE FOR SAN[TARY SEWER Page 1 of 5 S�CTION 33 31 15 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. High Density Polyethylene (HDPE) pipe 8-inch and larger for the use in sanitary sewer rehabilitation by pipe enlargement per Section 33 31 21 , 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 O1 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 21 — Sanitary Sewer Pipe Enlargement 8. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This item is considered subsidiary to Sanitary Sewer Pipe Enlargement per Section 33 31 2 L 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of Pipe Enlargement per Section 33 31 21, and no other compensation will be allowed. 1.3 REFERENC�S A. Reference Standards 1. Reference standards cited in this Specification �•efer to the cut�rent 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. D3350, Standard Specification for Polyethylene Plastic Pipe and Fittings Materials. b. F2620, Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings. CITY OF FORT WORTH Sanitary Server Relrabililation Co�itract 77 STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Pi•ojeci No. 01489 Revised July I, 2011 33 31 15 - 2 HIGH DGNSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 2 of 5 1.4 ADMINISTRATIV� I2EQUIR�M�NTS �NOT US�D1 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 1. Gravity pipe 2. Manufacturer 3. Nominal pipe diameter 4. Pressure Rating 5. Standard Dimension ratio (SDR) 6. Cell classification 7. Laying lengths B. Certificates 1. Furnish an affidavit certifying that all HDPE gravity pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM standards as listed herein. 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANC� A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise specified 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 fiu�nished shall be in conformance with and ASTM D3350. 1.10 D�LIV�RY, STORAG�, AND HANDLING A. Storage and Handling Requirements 1. Pipe and fittings shall be transported, stored and handled in accordance with the manufacturer•'s guidelines. 2. Secure and maintain a location to store the material in accordance with Section Ol 66 00. CITY OF FORT WORTH Snnitary Seivei• Rehabililnlion Conh�nct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit�� Piroject No. 01489 Revised July I, 2011 333( IS-3 H[GH DENSITY POLYE'I'HYLENE (HDPE) PIPG FOR SANITARY SEWER Page 3 of 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWN�R-FURNISH�D [oR] OWNER-SUPPLIED PRODUCTS [NOT US�D] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. 2. 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. 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. Pipe and Fittings a. Material shall be minimum DR-17 Extra High Molecular Weight, High Density Polyethylene PE 3408, Cell Class PE345464D or E(inner wall shall be white or light in color) per ASTM D3350. b. Material shall be homogeneous throughout and free of: 1) Abrasion, cutting or gouging of the outside surface extending to more than 10 percent of the wall thickness in depth 2) Cracks 3) Kinking (generally due to excessive or abrupt bending) 4) Flattening 5) Holes 6) Blisters 7) Other defects c. Pipe with gashes, nicks, abrasions or any such physical damage which may have occurred during storage and/or handling, which are larget/deeper than 10 percent of the wall thickness shall not be used and shall be removed from the construction site. d. Pipe and iittings shall be uniform in color, opacity, density and other physical properties. 1) Pipe and fittings not meeting these criteria will be rejected. e. Pipe Markings 1) Meet the minimum requirements of ASTM D3350. 2) Minimum pipe markings shall be as follows: a) Marking intervals shall be at 6-llich intervals b) Manufacturer's Name or Trademark and production record c) Nominal pipe size d) ASTM or Standard Dimension Ratio (SDR) designation e) Cell classification � Seal of testing agency that verified the suitability of the pipe 2. Connections a. Use only manufactured fittings. b. See Section 33 31 50. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 Sanilmy Setver Rehabililation.Conti�act 77 City Projecl A�o. 01489 3331 15 -4 HIGH DENSITY POLYETHYLENE (HDPE) P[P� FOR SAN[TARY SEWGR Page 4 of 5 3. Detectable Metallic Tane a. See Section 33 OS 26. 4. Polyetlrylene Repair Clamp a. Smith-Blair Full Circle Clamp Style 228 or 263. �.3 ACCESSORI�S [NOT USED] 2.4 SOURC� QUALITY CONTROL [NOT US�D] PART 3 - �XECUTION 3.1 INSTALLERS [NOT US�D] 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 speciiied in Section 33 31 21, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and gi�ades as indicated in the Drawings. 3. _If applicable excavate and backfill trenches 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 fi�ee of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gaslceted night cap. C. Pipe Joining a. Join pipe in accordance with ASTM F2620. b. Operators must be certified by the manufacturer to use the filsion equipment. c. Follow the tiine and temperature recommendations of the manufacturer. d. Joints shall be stronger than the pipe itself, be properly aligned and contain no gaps or voids. e. Remove bead projection on the outside of the pipe to reduce drag during pipe installation process. D. Connection I�istallation 1. See Section 33 31 50. E. Detectable Metallic Tape Installation CITY OP FORT WORTH Sanila�y Seiver Rehabililation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - City Projecl No. 01489 Revised Jtdy 1, 2011 3331 IS-5 HIGH DENS[TY POLYETHYLENE (HDPE) PIPG FOI2 SANITARY SEWG[t Pagc 5 of 5 l. See Section 33 OS 26. 3.5 REPAIR / RESTORATION [NOT US�D] 3.6 I2E-INSTALLATION [NOT US�D] 3.7 FIELD [oa] SIT� QUALITY CONTROL A. Field Tests and Inspections 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV inspection in accordance with Section 33 01 31. 2. Air Test a. Provide an Air Test in accordance with Section 33 O1 30. 3.8 SYSTEM 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 US�D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHNi�NTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanrtary Seiver Rehabilitation Conh•ad 77 Ciry Project No. 01489 333120-1 POLYVINYL CHLORID� (PVC) GRAVITY SANITARY SEWER PIPE Page 1 of 6 SECTION 33 31 20 POLYVINYL CHI,ORIDE (PVC) GRAVITY SANITARY SEWER PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewet• applications B. Deviations from this City of Fort Worth Standard Specification 1. None. 1.2 C. Related Specification Sections inciude, 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 33 O1 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 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 appui�tenance 2. Payment a. The worlc 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 foi: 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 £ Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backiill CITY OP FORT WORTH Sunita��� Seiver Rehabilitation Conh•acl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 333120-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER P[PE Pagc 2 of 6 h. Clay Dams i. Clean-up j. Cleaning 1<. Testing 1.3 It�F�I2�NC�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 Association of �tate Highway and Transpoi�tation (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 Speciiication 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) Laige-Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Pai�t 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. a Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 — Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Ina (UL). 1.4 ADMINISTRATIVE REQUIREM�NTS [NOT US�D] 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 deliveiy. 1.6 ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5. Cell classification 6. Laying lengths B. Certificates CITY OF FORT WORTH Sanila�y Seiver Rehabililalion Contrncl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ' City Projecl No. 01489 Revised July 1, 2011 333120-3 POLYVINYL CHLORIDG (PVC) GRAVITY SANITARY SEWEI2 PIPE Page 3 of 6 1. 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 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT US�D] 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 15-inch) and ASTM F679 (18-inch through 27-inch). 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section Ol 66 00. l.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPM�NT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1 2. 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 Specifcation and related Sections. 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. 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 ASTM F679 for 18-inch through 27-inch 46PS/115PS. c. PVC Gravity Sanitaly Sewer Pipe shall be approved by the ITL. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July l, 2011 Sanitaiy Sei>>er Rehabilitation Conlrnct 77 Ciry Project No. 01489 333120-4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SGWER PIE'G Page 4 of 6 g• h. d. Assume a standard lay length of 14 feet and 20 feet excent for snecial fittings or closure pieces necessary to comply with the Drawings. e. Use ��een coloring for ground identification as sanitaty sewer pipe. £ PVC tneeting the requirements of ASTM D1784, with a cell classification of 12454 or 12364 Deflection Design 1) Base pipe design on pipe stiffiiess, soil stiffiiess 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 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) = 1.0 � Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Mai•ston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (I) = t3/12, (in4/in), per pipe type and size (1) Wher•e (t) = pipe thickness, inches k) Maximum Calculated Deflection = 5 percent Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least 1%2 pipe diameteis of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occitt� if: Fb > �7�1p -F Wg -i- Wa i. .1• k. Where: F� = buoyant force, pound per foot Wp = empty pipe weight, pound per foot Wf= weight of flooded soil, pound per foot Wd = 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. Verify trench depths after existing utilities are located. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. 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 marlcings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size CITY OF FORT WORTH Sanitmy Sewer Rehabili�ation Co�ltracl 77 STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS - Cify Pi•oject No. 01489 Revised Jtdy 1, 201I 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 � 5 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 Joints a. Joints shall be gaslcet, bell and spigot, push-on type conforming to ASTM D3212. b. Since each pipe manufacturer has a different design for push-on joints; gaskets shall be pa��t of a complete pipe section and purchased as such. Connections a. Only use manufactured fittings. b. See Section 33 31 50. Detectable Metallic Tape a. See Section 33 OS 26. 2.3 ACC�SSORI�S (NOT US�D] 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 1. 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 backiill trenches in accordance with Section 33 OS 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 fi•om the gasketed socket and the spigot end. CITY OF FORT WORTH Sanitary Sex�er. Rehabrli�ation Cor7tract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cil�� Project No. 01489 Revised July 1, 2011 333I20-6 POLYVINYL CHLOR[DE (PVC) GRAVITY SANITARY SEWER PII'G Page G of 6 b. Assemble pipe ioint by sliding the lubricated spigot end into the gaslceted bell end to the reference maric. a Install such that identification marl<ing on each joint are oriented upward toward the trench opening. d. When malcing connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Instal(ation 1. See Section 33 31 50. E. Detectable Metallic Tape Installation 1. See Section 33 OS 26. 3.5 R�PAIR / R�STORATION [NOT US�D] 3.6 It�-INSTALLATION [NOT US�D] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video 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 O1 30. 3.8 SYST�M 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 US�D] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHM�NTS [NOT US�D] �ND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Snnitary Se�ve�� 2ehabililalion Conh•act 77 , STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Cit�� Project No: 01489 Revised July 1, 2011 333123-1 SANITARY SEWER PIPE ENLARGGMEN'I' Page I of 9 S�CTION 33 3123 SANITARY SEWER PIPE ENLARGEMENT PART1- GENERAL 1.1 SUMMARY . -- C Section Includes: l. Requireinents to rehabilitate existing sanitary sewers by the pipe enlargement system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing) a. This system includes splitting or bursting the existing pipe to install a new polyethylene pipe and reconnect existing sewer service connections. 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 O 1 31 — Closed Circuit Television Inspection 5. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 31 15 — HDPE Pipe for Sanitary Sewers 8. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 9. Section 33 39 10 — Cast-in-Place Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pipe Installation by Pipe Enlargement a. Measurement 1) Measured horizontally along the surface from center line to center line of the 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 "Pipe Enlargetnent" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pipe as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Launching pit 6) Receiving pit CITY OF FORT WORTH Sanita�ySeri�erRelrabililation Co�7fracf 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01489 Revised Ju(y l, 2011 333123-2 SANITARY SEWER PIPE ENLARGEMENT' Page 2 of 9 7) Bypass Pumping for pipes smaller than 18-inches 8) Disposal of excess material 9) Furnishing, placement and compaction of backfill 10) Clean-up 11) Cleaning 12) Testing 2. Point Repair a. Measureinent 1) Measurement for this Item shall be by the linear foot measured horizontally along the surface following the pipe centerline for the length identified during the Pre-CCTV inspection and directed by the City. b. Payment 1) The worlc performed and materials furnished in accordance with this Item and measured as provided under "Measut•ement" will be paid for at the unit price bid per linear foot for "Point Repair" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pipe as speciiied by the Drawings 2) Coupling 3) Pavement removal 4) Excavation 5) Hauling 6) Bypass Pumping for pipes smaller than 18-inches 7) Disposal of excess material 8) Furnishing, placement and compaction of backfill 9) Clean-up 10) Cleaning 11) Testing 3. Service Reinstatement, Pipe Enlargement a. Measurement 1) Measur�ement for this Item shall be per each seivice to be reinstated. U. 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 "Service Reinstatement, Pipe Enlargement". c. The price bid shall include: 1) Furnishing and installing pipe as speciiied by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Launching pit 6) Receiving pit 7) Bypass Pumping for pipes smaller than 18-inches 8) Disposal of excess material 9) Furnishing, placement and compaction of back�ll 10) Clean-up 11) Cleaning 12) Testing CITY OF FORT WORTH Sa�iitm�� Seiver Rehabilila/ion Contracl 77 STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS • City P��ojec! No. 01489 Revised July 1, 20ll 333123-3 SANITARY SEWER PIP� EN[,ARGEMENT Page 3 of 9 1.3 REFERENCES A. Abbreviations and Acronyms 1. HDPE — High Density Polyethylene 2. CCTV — Closed Circuit Television B. Deiinitions l. Pipe Bursting/Crushing a. The reconstruction of gravity sewer pipe by installing an approved pipe material by use of a static, hydraulic or pneumatic hammer "tnoling" device, suitably sized to brealc out the old pipe or by using a modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. b. Forward progress of the "mole" or the "knife" may be aided by the use of hydraulic equipment or other apparatus. a The replacement pipe is either pulled or pushed into the bore. d. The method allows for replacement of pipe sizes fi�om 8-inches through 21- inches and/or upsizing in vaiying increments up to 21-inches. C. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is speciiically cited. 2. American Society for Testing and Materials (ASTM): a. D1248 Specifications for Polyethylene Plastic Molding and Extension Materials b. D1693 Test for Environmental Stress-Cracking of Ethylene Plastics c. D2122 Determining Dimensions of Thermoplastic Pipe and Fittings d. D2837 Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials e. D3350 Specification for Polyethylene Plastic Pipe and Fittings Materials £ F714 Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter (3" II'S and Larger) 3. City of Fort Worth Code of Ordinances a. Part II, Chapter 23 Offenses and Miscellaneous Provisions, Section 8 Noise 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City, Engineer, franchise utilities, etc. as desct•ibed in the Drawings. 2. Provide advanced notice prior to commencing actual pipe enlargement activities, as described in the Drawings, in order to allow the City to provide appropriate advanced notice to affected residents. 3. Review the location and number of insertion or access pits with the City Inspector prior to excavation. B. Sequencing 1. Provide a bypass pumping plan, when required, detailing collection and discharge locations and method of bypass pumping in accordance with Section 33 03 10, prior to the start of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Sanitaiy Setiver Rehabilifation Coritract 77 City Project No. 01489 33 31 23 - 4 SANITARY SEWER P[PE ENLARGEMEN'I' Page 4 of 9 2. Provide a phasing plan with the sequence of construction prior to the start of construction. 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 deliveiy. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Special Procedure Submittals 1. Provide a bypass pumping plan when required by Contract Documents in accordance with Section 33 03 10. 2. Pi•ovide a phasing plan with the sequence of construction prior to the start of construction. 1.7 CLOS�OUT SUBNYI'I'TALS A. Record Documentation 1. Provide Closed Circuit Television inspection reports in accordance with Section 33 Ol 31. 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. The Contractor shall be certified by the particular Pipe Enlargement system manufacturer that such firm is a licensed installer of their system. No other Pipe Enlargement system other than those listed in these Specifications is acceptable. 2. The Contractor shall be able to show that the personnel directly involved with the Pipe Enlargement have adequate experience with similar work. B. Pre-construction and Post-constc•uction Testing 1. Provide Pre-construction and Post-construction Closed Circuit Television (CCTV) Inspection of the pipeline to be replaced and/or enlarged in accordance with Section 33 Ol 31. 1.10 DELIVERY, STORAG�, AND HANDLING [NOT US�D] 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 1.12 WARI2ANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISH�D [oR] OWN�R-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. CITY OF FORT WORTH Sanitary Server Rehabilitntion Canh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Ciry Projed No. 01959 Revised July l, 2011 333123-5 SANITARY SEWER PIPE ENLARGEM�NT Page S of 9 a. The manufacturer must comply with this Specification and related Sections. 1. 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. Materials 1. HDPE Pipe a. The pipe and fitting matet•ial shall conform to Section 33 31 15. 2. Service Saddies a. Conform to Section 33 31 50. 3. Repair Clamp a. Conform to Section 33 31 15. 4. Manhole Inverts and Benches a. Inverts and benches requiring replacement shall conform to Section 33 39 10. 2.3 ACC�SSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT US�D] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Provide Pre-Construction Closed Circuit Television (CCTV) Inspection of the pipeline to be replaced/enlarged in conformance with Section 33 O1 31. a. Inspection of the pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by Closed Circuit Color Television. B. Evaluation and Assessment 1. Identify, by location, the presence of line obshuctions in the existing sewer (heavy solids, dropped joints, protruding service taps or collapsed pipe) which will prevent completion of the pipe bursting/crushing process and which cannot be removed by conventional sewer cleaning equipment. 2. Identify, by location, the presence of sags in the sewer line(s) by the following procedure: a. Perform CCTV inspection. b. Provide CCTV inspection results to the City. c. The City Inspector will review the Pre-CCTV tapes to determine if any excessive sags exist and will inform the Contractor which segments of pipe are to be replaced by point repair. 3.3 PREPARATION A. Bypassing Sewage 1. Bypass pump sewage in accordance with Section 33 03 10. B. Line Obstructions 1. If identified in the CCTV inspection, remove line obstruction. CITY OF FORT WORTH Sanitmy Seirer Rehabilitation Cazh�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July I, 201 I 333123-6 SAN[TARY SEWER PIPE ENLARGEMENT Page 6 of 9 a_ Removal of obsti•uction is considered subsidia�y to CCTV inspection. C. Point Repaits 1. Perform point repair as identified on the Drawings or at the discretion of the Ciry. This may include: 1) Pipe replacement 2) Digging a sag elimination pit and bringing the bottom of the pipe trench to a uniforin grade in line with the existing pipe invert 3.4 INSTALLATION A. Site Oiganization 1. Locate insertion or access pits such that their total number will be minimized and the length of replacement pipe installed in a single pull shall be maximized. 2. Use existing manholes wherever practical. a. Manhole inverts and bottoms may be removed to permit access for installation equipment. 3. Locate equipment used to perform the work away from buildings so as not to create a noise impact. Conform to City of Fort Worth Code of Ordinances, Part II, Section 23-8. a. Provide silencers oi• other devices to reduce machine noise as needed to meet requirements. B. Schedule 1. Upon commencement of the actual pipe enlargement, do not begin a segment of work that cannot be completed before the end of the worlc day. C. Finished Pipe 1. The installed replacement pipe shall be continuous ovet• the entire length of each pipe segment from manhole to manhole and shall be free fi�om visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thickness, pipe separation and other deformities. 2. Carefiilly cut out the replacement pipe passing through or terminating in a manhole in a shape and manner approved by the Engineer. 3. Streamline and improve the manhole invert and benches to ensure smooth flow. 4. The installed pipe shall meet the leakage requirements of the pressure test speciiied herein. D. Pipe Jointing 1. Assemble and join sections of HDPE replacement pipe on the job site above ground. 2. Use the heating and butt-fusion system for jointing in strict conformance with the manufacturer's printed instructions and in accordance to Section 33 31 15. 3. Ensure that the butt-fusion joints have a smooth, uniform, double rolled bacic bead made while applying the proper melt, pressure and alignment. 4. It shall be the sole responsibility of the Contractor to pr•ovide an acceptable butt- fusion joint. 5. Make all joints available for inspection by the Engineer before insertion. CITY OF FORT WORTH Snnrta�y Sewer Relrabilita(ron Conlrac[ 77 STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS - City Projecl No. 01489 Revised July 1, 201 I 333123-7 SANITARY SEWER PIPE ENI.ARGEMENT Page 7 of 9 6. Join the replacement pipe on site in appropriate working lengths near the insertion pit. a. The maaimum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any 1 time shall be 600 linear feet. 7. For situations where the replacement pipe is not pulled all the way to the manhole, a repair clamp shall be utilized to connect segments of the HDPE pipe, as approved by the Engineer. E. New Pipe Installation L Install new pipe in accordance with the manufacturer's recominendations. F. Anchoring New Pipe and Sealing Manholes 1. After the new pipe has been installed in the entire length of the sewer section, anchor the pipe at manholes. a. The new pipe shall protrude in the manholes for enough distance to allow sealing and trimming (but not less than 4 inches). 2. Wait a minimum of 10 hours after installation before sealing the new pipe at manholes. ' 3. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, centered in the existing manhole wall, 4. Grout flexible connector in the manhole, filling all voids the full thickness of the manhole wall. 5. Restore manhole bottom and invert. G. Sewer Service Connections 1. Install service connections in accordance with Section 33 31 50. H. Rescue 1. The cost for rescue of static, hydraulic or pneumatic hammer "moling" devices or ' modified boring "knives" that become stuck or excessively buried and require additional excavation to reh�ieve shall be the sole responsibility of the Contractor. I. Surface Restoration 1. Any damage caused to paving structures or any other surface fracture resulting from the pipe enlargement shall be repaired or replaced to the same condition, or better, at the expense of the Contractor. 3.5 REPAIR /RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SIT� QUALITY CONTROL A. Post-Construction Closed Circuit Television (CCTV) Inspection L Video Inspection a. Conduct a Post-Construction CCTV Inspection in accordance with Section 33 O1 31. CITY OF FORT WORTH . Saraitary Setivee Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cin� Project No. 01489 Revised July l, 201 I 333123-8 SANITARY SEWER PIPE ENLARGEMENT Page 8 of 9 3.8 SYSTEM STARTUP (NOT USED1 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D] 3.11 CLOS�OUT ACTIVITIES [NOT USED] 3.12 PROT�CTION [NOT US�D] 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHM�NTS [NOT US�D] END OF SECTION CITY OF FORT WORTH Snrtilary Seiver RehaGilitntion Ca�lract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Ciry Project Na 01489 Revised July 1, 2011 333123-9 SANITARY SCWER P[PE ENLARGEMENT Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH _ Sanita�y Sewer Rehabrlitalion Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 33 31 50 - 1 SANITARY S�W�R SGRVICG CONNECT[ONS AND SERV[CE L1NE Pagc 1 of 9 S�CTION 33 31 50 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE PART1- G�NERAL 1.1 SLTMMARY A. Section Includes: 1. Sanitary sewer service connection, service line and 2-way cleanout fi-om 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 Seivice Relocation d. Service Reinstatement B. Deviations from this City of Fort Worth Standard Specification 1. None. 1.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract For�ns and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitaiy Sewer Pipe PRICE AND PAYMENT PROCEDIJRES A. Measurement and Payment 1. New Service a. Measurement 1) Measurement fot• 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 Sanitaiy 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, placing and compaction of backfill 11) Clean-up CITY OF EORT WORTH . Sanitmy Sewer Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Project No. 01489 Revised July 1, 201 I 33 31 50 - 2 SANITARY SEWER SERV[CE CONNECT[ONS AND SERVICE L[NE Page 2 of 9 2. New Ductile Iron Servic� a. Measucement 1) Measurement for this Item shall be per each "DIP Sewer Service" complete in place. b. Payment 1) The worlc performed avd 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 c. The price bid shall include: 1) Furnishing and installing New DII' 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, placing and compaction of backfill 11) Clean-up Bored Sewer Set•vice 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 Itein and measured as provided undet• "Measurement" will be paid for at the unit price bid per each "Bored Sewer Service" installed for: a) Various sizes b) Various materials a The price shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee coruiection to main 7) Seivice Line 8) Fittings 9) 2-way cleanout 10) Furnishing, placing and compaction of embedment and backfill 11) Clean-up 4. Deep Sewer Service a. Measurement 1) Measurement for this Item shall be per each "Deep Sewer Seivice" complete in place. CITY OF FORT WORTH Sani�ary Selver• Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ' Ciry Praject No: 01489 Revised Jufy 1, 2011 33 31 50 - 3 SANITARY SEWER SERV[C� CONNECI'IONS AND SGRVICE 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 Seivice 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) Fur�lishing, 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 CleanouY' installed for: a) Various sizes CITY OF PORT WORTH • Sanitary Seiver Rehabilrtation Conlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih� Project No. 01489 Revised July 1, 2011 333I50-4 SANITARY SEWER SERVICE CONN�CTIONS AND SERVICE LINE Page 4 of 9 b� V2i'ioLiS m�tePi�l� c. The price bid shall include: 1) Furnishing and installing the 2-way Cleanout as specified in the Drawings 2) Pavement removal 3) Hauling 4) Disposal of excess material 5) Furnishing, placing and compaction of backfill 6) Clean-up 7. Service Reinstatement a. Measurement 1) Measucement for this Item shall be per each Reiustatement of Service associated with the sewer main being rehabilitated by a trenchless method. b. Payment 1) The work performed and materials filrnished 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) Pavetnent removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Seivice line (if required) 8) Fittings 9) Furnishing, placing and compaction of embedment and backfill 10) Clean-up 1.3 I2�F�R�NCES A. Definitions l. New Service a. New service applies to the installation of a service with connection to a new or existing sewer main. b. The service materials would include service line, iittings and 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 inaterials would include service line, fittings a�id cleanout. 3. Deep Service (See Detail SAN-012) a. Deep service applies to the installation of a service to a new or existing sewer main where a difference of at least 15 feet exists between the finished grade and the top of the sewer main. b. The seivice mater•ials 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 fi•om a rear lot easement or alley to the street. CITY OF FORT WORTH Snnitary Seiver Rehabilitatron Conh�aet 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS � Ciry Projecl No. 01489 Revised July 1, 201I 333150-5 SANITARY SEWER SERVICE CONNECT[ONS AND SERVICE LINE Page 5 of9 5. Service Reinstatement a. Service reinstatement applies to the reconnection of an existing seivice 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 Speci�cation refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Internationai (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 Speciiication for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals 3. Texas Commission on Environmental Quality a. Title 30, Part I, Chaptet• 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 ADMINISTRATIV� REQUIR�MENTS A. Scheduling 1. Provide advance notice for service inten�uption 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. Certiiicates l. Furnish an affidavit certifying that service line and fittings meet the provisions of this Section. CITY OF FORT WORTH . Sanitary Seiver Rehabililation Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 33 31 50 - 6 SANITARY SEWER SERV[CE CONNECTIONS AND SE[2VICG LINE Page 6 of 9 1.7 CLOS�OUT SUBMITTALS fNOT USEDI 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSURANCE [NOT US�D] 1.10 D�LIV�RY, STORAG�, AND HANDLING A. Storage and Handling Requirements l. Gravity pipe shall be stored and handled in accordauce with the manufacturer's guidelines. 2. 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. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Pt•event plastic and similar brittle items from being dii•ectly exposed to sunlight or extremes in temperature. 5. Secure and maintain a location to store the material in accordance with Section O1 66 00. 1.11 FI�LD [SIT�] CONDITIONS [NOT US�D] 1.12 WARI2ANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISH�D [NOT USED] 2.2 �QUIl'MENT, 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 manufacturet• must comply with this Specification and related Sections. 2. Any pt•oduct 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 r•egularly engaged in the manufacturing of seivices and appui�tenances 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. Sei•vicP saddle a. Service saddles shall only be allowed when connecting a new service to an existing sanitaiy sewer main and shall: CITY OF FORT WORTH Sanitn�y Seu�er Rehabilitation Conlract 77 STANDARD CONSTRUCTION SPECIEICATION DOCUMENTS - Ciry Project No. 01489 Revised July 1, 2011 333150-7 SANITARY SEWER SERVICG CONNECTIONS AND SEI2VICE LING Yage 7 of 9 3 4. 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with neoprene gasket for seal against main 2) Use saddle to fit outside diameter of main 3) Use saddle with grooves to retain band clamps 4) Use at least 2 stainless steel band clamps for securing saddles to the main b. No inserta tees service connections may be used. 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. Coupling a. For connections between new PVC pipe stub out and existing service line, 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 SOURCE QUALITY CONTROL [NOT USED] PART 3 - �X�CUTION [NOT USED] 31 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 speciiied in Section 33 OS 10 and in accordance with the pipe manufacturer's recommendations. B. Handling 1. 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. Seivice Line 1. Lay service line at a minimum grade of 2 percent, as shown on details SAN-011 and SAN-011A 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 backiill trenches in accordance with 33 OS 10. 4. Embed PVC Pipe in accordance with 33 OS 10. CITY OI' FORT WORTH - Sanitary Seiver Rehabililatiorr Conh�act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P�•aject No. 01489 Revised July l, 2011 333150-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 9 �. ��e�ilOUt 1. Install out of tcaffic areas such as driveways, streets and sidewallcs whenever possible. a. When not possible, install cast iron cleanout stack and cap. 2. Install2-way cleanout in non-paved areas in accordance with Detail SAN-011. 3. Install 2-way cleanoirt in paved areas in accordance with Detail SAN-011A. E. Service line connectiou to main L New set•vice on new or• r�eplacement main a. Determine location of service connections before main installation so the service fittings can be installed during main installation. b. Connect service line to main with a molded or fabricated tee fitting. 2. Recomiection to inain after pipe enlargement a. Tapping the existing main and installing a sh•ap on tee comiection may be used. b. Allow the new main to recover from imposed stretch before tapping and secvice 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 seivice line to main with a molded or fabricated tee fitting if possible. b. Tapping the existing main and installing a strap on tee connection rnay be used. F. Pt•ivate Service Relocation 1. 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 Depai�tment for worl< on private property. c. Pay foi• any inspection or permit fees associated with worlc 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. £ 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 R�PAIl2 / It�STORATION [NOT` USED] 3.6 R�-INSTALLATION A. Service Relocation 1. 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 [oR] SITE QUALITY CONTROL A. Inspections 1. Private property service line requires approval by the City plumbing inspector before final acceptance. CITY OF FORT WORTH Snnitm�� Seiver Rehnbililation Contracl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Cin� Project No. 01489 Revised July 1, 201 I 33 31 50 - 9 SANITARY SEWER SERVICG CONNECT[ONS AND SERVICE LINE Page 9 of 9 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITI�S [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT US�D] 3.14 ATTACHM�NTS [NOT US�D] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I Saniiary Seiver Rehabr(itation Contract 77 City Project No. 01989 333910-I CAST-IN-PLACE CONCRETE MANHOL� Page 1 of 7 S�CTION 33 39 10 CAST-IN-PLACE CONCRETE MANHOLE PART1- GENERAL l.l SUMMARY A. Section Iucludes: 1. Sanitary Sewer Cast-in-Place Concrete Mauholes B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. 1.2 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 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole 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 "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 . Sanitmy Sewer Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit�� Projec( No. 01489 Revised July 1, 2011 333910-2 CAST-IN-PLACG CONCRETE MANHOLG Page 2 of 7 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backiill 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 U10 foot. L c. 0 c. Payment 1) The worlc perforined and the materials furilished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for `Bxtra Depth Manhole" specified for: a) Various sizes The price bid will include: 1) Mat�liole sh�ucture 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. Payment 1) The work performed and materials furnished in accordance with this Item and measm�ed as provided under "Measurement" shall be paid for at the lump sum bid per each "Sewer Junction Structure" location. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation CITY OF FORT WORTH Sanilmy Sewer Rehabilitation Contrncl 77 STANDARD CONSTRUCTION SPECIFICA'tION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 333910-3 CAS'1'-1N-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 I2EFER�NC�S 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 larger 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 Speciiication, unless a date is specifically cited. 2. ASTM International (ASTM): a. D4258, Standard Practice far Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIV� REQUIItE1VIENTS [NOT USED] 1.5 SUSMITTALS A. Submittals shall be in accordance with Section Ol 33 00. B. All submittals shall be approved by the Engineer ar• the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Drop connection materials CITY OF FORT WORTH . Sanitary Seiver Rehabilitalion Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 333910-4 CAST-IN-PLACE CONCRETE MANHOLE Page 4 of 7 2. Pipe connections at manhole walls 3. Stubs and stub plugs 4. Admiatures 5. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT US�D] 1.9 QUALITY ASSIJRANCE [NOT USED] 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT US�D] 1.11 FI�LD [SIT�] CONDITIONS [NOT US�D] 1.12 WAItItANTY [NOT US�D] PART 2 - PRODUCTS 2.1 OWN�R-FiJRNISH�D [oR] OWN�R-SUPPLI�DPRODUCTS [NOT US�D] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturets 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 Ol 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 OS 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. Diy film thicicness 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 Sanita�y Sewer RehaGilrtation Conh•act 77 STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July I, 2011 333910-5 CAST-IN-PLACE CONCRETE MANHOLE Page 5 of 7 2.3 ACCESSORI�S [NOT USED] 2.4 SOURC� QUALITY CONTROL [NOT US�D] PART 3 - EXECUTION 3.1 INSTALLERS [NOT US�D] 3.2 �XAMINATION A. Evaluation and Assessment l. 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 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 %2 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 full 8 inches in depth. D. Drop Manhole Connection CITY OF FORT WORTH _ 5anitary Seiver Rehabilitation Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July l, 2011 333910-6 CAST-IN-PLACE CONCRETE MANHOLE Page 6 of 7 1. Install drop connection wheu sewec 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 inanhole. b. Use sealant between rings as shown on Drawings. 2. Set fi•ame on top of manhole or grade rings using continuous water sealant. 3. Remove debr•is, 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 fi•ame. F. Internal coating 1. 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. Pr•epare surface in accordance with ASTM D4258 and ASTM D4259. 5. Application will follow manufacturer's r•ecommendation. H. Modifications and Pipe Penetrations l. Conform to Section 03 80 00. I. Junction Structures 1. All structures shall be installed as specified in Drawings. 3.5 R�PAIR / RESTORATION [NOT US�D] 3.6 R�-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 O1 30. C1TY OF FORT WORTH Sanilary Seiver Rehabilitation Conh�acJ 77 STANDAItD CONSTRUCTION SPECIFICATION DOGUMENTS Ciry Project No. 01489 Revised Ju(y I, 201I 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 ACTIVITI�S [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Sanilary Sewer Rehabilitatio�T Conh•act 77 Cit�� Project No. 01489 33 39 20 - 1 PRECAST CONCRETE MANHOLE Page 1 of 6 S�CTION 33 39 20 PRECAST CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY 1.2 A. Section Includes: 1. Sanitary Sewer Precast 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 OS 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Manhole a. Measurement 1) Measm�ement 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 CITY OF FORT WORTH . Sanrta�y Seiver Rehnbililation Catlract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 333920-2 PI2ECAS'I' CONCRETG MANHOLE Page 2 of G 141 Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of bacicfill 18) Cleau-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. 0 c. Payment 1) The worlc performed and materials fiirnished in accordauce with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Eatra Depth Manhole" specified for: a) Various sizes The price bid will include: 1) Manhole stcucture 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 1.3 I2EFEI2ENCES A. De�nitions 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 blocl< 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 CITY OF FORT WORTH Snnitn�y Sewer Rehabilitation Conlrac! 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecf No. 01489 Revised July 1, 2011 33 39 20 - 3 PI2ECAST CONCRETE MANHOLE Page 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 larger than 36-inch. B. Reference Standards 1. Reference standacds cited in this Specification refer to the current reference standat•d 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 Specifcation for Precast Reinforced Concrete Manhole Sections. b. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. 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. 1.G 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 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SIT�] CONDITIONS [NOT US�D] 1.12 WARRANTY A. Manufacturer Wairanty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH . Sanilmy Setiver Rehabilitation Cond•acl 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised Ju(y 1, 2011 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 PART 2 - PRODUCTS 21 OWNER-Fi1RNISH�D [oR] OWN�R-SUPPLIED PRODUCTS [NOT US�D] 2.2 EQUIl'MENT, 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 Ol 25 00. B. Materials 1. Concr�ete — Conform to Section 03 30 00. 2. Precast Joints — Conform to ASTM C478. Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gasl<ets, lubricate 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 gcout during manhole installation. 5. Frame and Cover — Confoim to Section 33 OS 13. 6. Grade Ring — Conform to Section 33 OS 13 and ASTM C478. 7. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot-type connector installed in a circular blocic out opening conforming to ASTM C923. 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 volume � 2 percent. CITY OF FORT WORTH Sanilary Seiver-Rehabilitation Cortlract 77 STANDARD CONSTRUCTION SPECIFICftTION DOCUMENTS - Ciry Project No. 01489 Revised July 1, 2011 333920-5 PRECAST CONCR�TE MANHOLE Page 5 of 6 2.3 ACCESSORI�S [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EX�CUTION 3.1 INSTALL�RS [NOT USED] 3.2 �XAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the D1•awings. 3.3 PR�PARATION A. Foundation Preparation l. 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. Consh•uct 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 consn•uct the invert to fu118 inchesin depth. C. Drop Manhole Connection l. Install drop connection when sewer line enters manhole higher than 24 inches above the inver�t. D. 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. C1TY OP FORT WORTH _ Sanila�y Seii�ee Rehabilitation Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Project No. 01489 Revised July 1, 2011 333920-( PRECASZ' CONCRETE MANHOLE Page6of6 2. Set fi•ame on top of ulanhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final sui�face elevation of the manhole fi�anze. E. Internal coating 1._ Internal coating application will conform to Section 33 39 60, if required by Drawings. F G External coating l. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days befoi•e bacicfilling around the structure. 3. Application will follow manufacturer's recommendation. Modiiications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR / 12�STORATION [NOT USED] 3.6 R�-INSTALLATION [NOT US�D] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 Ol 30. 3.8 SYST�M 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 US�D] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OP FORT WORTH Sanitary Seu�er Rehabilitation Contracf 77 STANDAItD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Ciry Projecf No. 01489 Revised July 1, 2011 � II �� . �. � � F ,I� ±.� . ._ �. _ . .- . t , �. -- . - . � ti . _ ,¢ , .. � . , . . . . �, , � • . . _', .. -. .._,. e� Le.' " .. ..�__. {.. ......__ _.___ ..�.,�X _ .. . ,.. _.,..._._ _ ...... _.. _..., ._...... �. Division 34 - Transportation �. . � � • . .�.° _ t}a f . :?. . '.� .. � .�. .. • . ' � . a. CITY OF FORT WORTH ' Snnitary Seiver Rehabilrlatiai Conlrnct 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0/489 Revised July 1, 2011 347113-1 TRAPFIC CONTROL Page 1 of 5 S�CTION 34 71 13 TRAFFIC CONTROL PART1- GEN�RAL 1.1 SUMMARY A. Section Includes: L Installation of Traffic Control Devices and preparation of Traffic Control Plans B. Deviations fi�om 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 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 "Traffc Control". c. The price bid shall include: 1) Traff'ic 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 S1'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 ] Sanilary Sewer Rehabilitation Conh�act 77 Cih� Project No. 01489 34 71 13 - 2 TRAFPIC CON"IROL Page 2 of 5 a. Measurement 1) Measurement for this Item be per each Traffic Control Detail prepared. b. Payment 1) The worlc performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Traffic Control Detail" prepared. c. The pt•ice bid shall include: 1) Preparing the Traffic Control Plan Details 2) `Adherence to City and Texas Manual on Uniform Trafiic Control Devices (TMUTCD) 3) Obtaining the signature and seal of a licensed Teaas Professional Engineer 4) Incorporation of City comments i��-t��. Di. �7-D��[�Di.y 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 Speciiication, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMIJTCD). 3. Itern 502, Barricades, Signs, and Traffic Haudling of the Texas Department of Transpoi�tation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1.4 ADMINISTRATIVE ItEQUIR�MENTS A. Coordination l. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to implementing Traffic Control within 500 feet of a trafiic signal. B. Sequencing 1. Any deviations to the Traffic Control Plan included in the Drawings must be first approved by the City and design Engineer before implementation. 1.5 SUBMITTALS A. Provide the City with a current list of qualified flaggers before beginning flagging activities. Use only flaggeis on the qualiiied list. B. Obtain a Sn•eet Use Permit fi•om the Street Management Section of the Traffic Engineering Division, 311 W. 10`�' 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 Trafiic Control Plan shall be submitted with the Street Use Permit. C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional Engineer. D. Contractor shall pi`epare Traffic Control Plans if required by the Drawings or Specifications. The Cont��actor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. E. Contractor responsible for having a licensed Teaas Professional Engineer sign and seal changes to the Trafiic Control Plan(s) developed by the Design Engineer. CITY OF FORT WORTH Sanitary Seiver Rehabilitaliorr Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Cih� Project No. 01489 Revised July 1, 2011 34 71 13 - 3 "I'RAFFIC CONTROL Page 3 of 5 F. Design Engineer will furnish standard details for Traffic Control. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSi.)I2ANCE [NOT USED) L10 D�LIVERY, STORAG�, AND HANDLING [NOT US�D] 1.11 FI�LD [SITE] CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT US�D] PART 2 - PRODUCTS 2.1 OWNER-FiJI2NISHED [oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 ASSEMBLIES AND MATERIALS A. Description 1. Regulatoiy Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMIJTCD, and T�OT'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 T�OT 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 - �X�CUTION 3.1 EXAMINATION [NOT USED] 3.2 PI2�PARATION 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 . Sanita�y Seive�• Rehabilitalion Conlrac[ 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No. 01489 Revised July 1, 2011 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 5 C. Do not malce changes to the location of any device oi• implement any other changes to the Traffic� Control Plan without the approval of the Eugineer. l. Minor adjustments to meet field constructability and visibility are al(owed. D. Maintain Traffic Control Devices by taking cor•rective action as soon as possible. l. Corrective action includes but is not limited to cleaning, r�eplacing, 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 darlcness 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 necessaiy flagmen, waining devices, barricades, lights, signs, or other precautionaiy measures for the protection of persons or property), the I�ispector may order such additional precautionary measures be talcen 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 dtu•ing any phase. G. Barricades and signs shall be placed in such a mamier 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 latie 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 closuces shall be in accordance with the approved Traffic Cont�•ol Plans. J. If at any time the existing h•affic signals become inoperable as a result of construction operations, the Contractor shall provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traffic Control. K. Flaggers 1. Provide a Contractor representative who has been certified as a flagging instructor thr•ough couises offeced 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 comse completion when requested. b. This representative is responsible for training and assuring that all flaggers are qualiiied to perform flagging duties. 2. A qualified flagger must be independently certiiied by 1 of the organizations listed above or trained by the Contractor's certified flagging instructor. 3. Flaggers must be cout�teous 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 TMLTTCD. 5. Provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public h�avel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. L. Removal CITY OP' FORT WORTH Sanilrny Seiver Rehabilitalion Canh•aG 77 STANDARD CONSTRUCTION SPECIF[CATION DOCUMEDITS City Project No. 01489 Revised July 1, 20ll 34 71 13 - 5 TRAFF[C 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 R�PAIR / 12�STORATION [NOT US�D] 3.5 R�-INSTALLATION [NOT USED] 3.6 FI�LD [oa] SIT� QUALITY CONTROL [NOT USED] 3.7 SYST�M STARTUP [NOT US�D] 3.8 ADJUSTING [NOT USED] 3.9 CL�ANING [NOT US�D] 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINT�NANCE [NOT USED] 3.13 ATTACHM�NTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanila�7� Seiver Rehabili�atia� Contract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P�•oject No. 01489 Kevised July I, 2011 � � Appendix CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Snnitary Seiver Re{tabililatiott Conlract 77 Ctry Project No. 01489 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements CITY OF FORT WORTH Sanitary Sewer Rehnbililation Coirtract 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 2011 ,l i i�; � � 1�� . . . f� � . - _ � . . . - - . - . . _ , _ x. �� � ' . - � . : � . � , � ' . i. '�, �: z, - , . . _ . � �� i rs . t„ 't ST`-�'-'� 1 Ca " k' �� <. ' .h"�' t �; � �c . ;� �•-� x. .'' >'�'"'.., ,� �y�``, "�a-a ,�' '.;i � ��� �, +_yr „�z��- ���aa`� �'',� �f ro �-5 :�� ��" ,'_ �'` I ��,-�3'i� .. � .� "*�. � 1�.. t �y" -.'} ..� �� � . A #' -,�..t�'r ti � '�'' s !'� � . P . ,. �y � � ,y�� - , .i '�' y'r e r `..' 7' � .� �'.�.. � :>'yh' '� ��. ''i: �c xs.,' �+ � ��a,� fs �eir� yi : „� 4 'L .i "�.': A4� � �+'h, 6 :�..��' !4T^�^ i i t `� �"�' �,-' R`-" ` '�. `:, ,:� ''r-ro �' � r :- ���` t' J�. � � � �,¢ --' . . . .. . f . ., � �} t . 'k" . .. :q . Y .. � :�, . j �.: _ -u . . 'F � x_ �a' ,a �,�.{`1 43s : * 1 ti`' � ... . • 4 � , .� � ,:.. . 4�' :• - � 'sn' ��� f� . . -. . GC-4.01 Availability of Lands . . . _ ,�-: , . , , �a 1 � .- , . . l� _ . : . _ � � . -. _ U ' . � � . .. . r .,: - : . � � z . _ ,�. . .- ._ . - - -.� �: � . . - �f . ' . y�... . ... .,. . . CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I t � Sanitary Seii�er Re{rabilitation Contract 77 Crty Projec� No. 01489 ; F __ . T_,1�. . . � . i r—� �, ._ _ �� � ' + . , . � ♦T b, : � � , �, J � ' ;� � F C y�.�� � ',��' . �� �z.. � �� � �l lt��L,�i';%�%nV� /�1�%�'��, tr _ .,r� .�, � �. .. .. . ... , , :f" . i . — — • Y� ! �71�i f � . 5'�f ll I�' M1- i 1 k R , I �.� . ti%� . I. i ill . l l r� � ��'�/ ��I�1 i i � ' � i �f s,�, � : . . , , .. �y i_f �i � �1;,. . i . ;�, r�i„� l'.� � r ltilti�Li�ll) �, r � r ., . i�, .:�i,� y Y� ��,� `'.i .;�„t� ,' U 1� •u, . � . � 1 /.'. ,,. � � � � iy.�� �ly � � IT . `y�4 �����. t f:? �1„ `�� '�P...i�, ���.�1 .. .. � . S.1 � � �� . , _. � ,.t.,'� q � y b � , #, � ' �t ; � j ; ._ �: r � ,',� � �J �,' � ,' � � , - � ,� '�'•��� , ,' � �i '�',`o � � �;;��, �,� C� e � ,� ���!;'i,�4 x�-� � , ^,�� �,. , � i� e,;R Y. " i �`1 � �� %�, � .4 ' r . �`� •��y: �r � .- � ` I "� ' 4h� • I ` �.n�;� °.. � .�,. � I . `b . � . ° ;+y�''a� ,:�. ��, ' , �i ��. � . ry , ' � . �' a.v�r . � � r ..:Pi{�' .� . �il� I �x . '.L�' ' S '� � n i� .I� 1q'i�: � I� 'A�" ; I ?� I � ' � I•� �4! �� �,;� �: , :, � I� � x �,�,-. -. 9'' � `. ''�� ' ' �:��� � , . � p"��. _'� �. . �C , . _ a� � „ "";:,�� ��� ,�s� � � � �, � � � �'� ;. , ���; �;�� ����,- � % 4�� , 1� ' .� � ' ' ' 4f. , Ih I14 hV '� i� J ' � � �'� r.11ll; ; -, ,,,,,y��Ia��� I�I�i,f �`'�i �. � w�� ',�._;'. r �'�"": ,,� :'^'� . .� �� '��''�a ' '�``"' I �.- ;�y ' I `+��1� } �. ,,. � `�` ���i. ,p:,, , 't� � � � � �. ; +� ��. i� ;�.;:�. � �` ' �o � , • o • � . � �'����� ;�� • ��� o-� ���I�Ik�''d'ilfl�'�n o.0 4 j���lYI���I'rl"nll'�f�t�.,�l, .�?� .,�v. I � , n�� - ''r , i c. ���r�' .�'� . . �- �a: � . �' ,1;. ; ��� � ,. , � . . �� ` : ,. . u �'yi. ;i�ll .,� w I! A f7 �. 1i. .7t1. �t•: C� ��.i:r�(:. i i�, { '� , . . � ... ..�i � ��, . �'r '1�':t 1.. . ' �, �,.�. . IY�....,.�..� p y':� .tn�s� �,t-•���'„ � I �. — — � ` .� :� I � � � K: � � � ���� r � , �� � �� �/'j ,),,: q l �;l r ��,� j'�,, �l .� P,�.. �; ; � . , . , �, _ . _ _ �, � __.a _, _ -------- '° ��, ���. . Date: Sheet No. , TEMPORARY RIGHT OF ENTRY November 2012 L 1113 Drawn by: � ��� „-_ SANITARY SEWER REHABILITATION CONTRACT 77 F.LS. Schrickel, Rollins and Associates, Inc City Project No.: Landscape Arehitecture � Civil Engineenng • Planning 1161 Corporate Drive West, Suite 200 Adington, Texas 76006 817.6493216 Faz 817.649.7645 0�489 Sanitary Sewer Rehabilitation Contract 77 Parcel # 36920-28-11-30 Doe # 6770 / P258-708170148983 Lot 11-E10' 10 & WS' 12, Blocic 28, Ryan Southeast Addition 808 Colvin Ave Fort Worth, Texas 76104-6810 CITY OF FORT WORTH T�MPORARY RIGHT OF �NTRY STATE OF TEXAS § § K1VOW ALL BY THESE PR�S�NTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto proper�ty described as Block 28, Lot 11-E10' 10 & WS' 12, Ryan Southeast Addition an aJk/a 808 Colvin Avenue, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. Ci1C7_���IC�� (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 36920-28-12-10 Doe # 6770 / P258-708170148983 Lot E55' 12, Block 28, Ryan Southeast Addition ' 812 Colvin Ave Fort Worth, Texas 76104-6810 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a tempoi•ary right of entry onto property described as Block 28, Lot E55' 12, Ryan Southeast Addition an a/k/a 812 Colvin Avenue, Foi-t Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the puipose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its einployees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the puiposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OP ENTRY Rev. G/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 36920-28-13 Doe # 6770 / P258-708170148983 Lot 13, Block 28, Ryan Southeast Addition 816 Colvin Ave Fort Worth, Texas 76104-6810 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STAT� OF TEXAS § § KNOW ALL BY THESE PILESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Woi�th, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 28, Lot 13, Ryan Southeast Addition an a/k/a 816 Colvin Avenue, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appui�tenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewei• Rehabilitation Contract 77 Parcel # 36920-28-14 Doe # 6770 / P258-708170148983 Lot 14, Block 28, Ryan Southeast Addition 820 Colvin Ave Fort Worth, Texas 76104-6810 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY TH�SE PItESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of enti•y onto property described as Blocic 28, Lot 14, Ryan Southeast Addition an a/lda 820 Colvin Avenue, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. C�.►_•t (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 36920-28-17-11 Doe # 6770 / P258-708170148983 Lot W5' 17-E45' 18, Blocic 28, Ryan Southeast Addition 817 E Morningside Dr Fort Wortl�, Texas 76104-G806 CITY OF FORT WORTH TEMPORARY RIGHT OF �NTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Blocic 28, Lot WS' 17-E45' 18, Ryan Southeast Addition an a/k/a 817 E Morningside Drive, Foi�t Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. ,ii.7_���I7�7.� (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitaiy Sewer Rehabilitation Contract 77 Parcel # 36920-28-17-10 Doe # 6'770 / P258-708170148983 Lot 17, Block 28, Ryan Southeast Addition 821 E Morningsicle Dr Fort Worth, Texas 76104-6806 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE P12ESENTS COUNTY OF TARRANT § That the undersigned, hereinafter refened to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after refened to as "Grantee" a temporary right of entry onto property described as Block 28, Lot 17, Ryan Southeast Addition an a/k/a 821 E Morningside Drive, Fort Worth, Tarrant County, Texas, her•einafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer• line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. _',�_•� (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitaiy Sewer Rehabilitation Contract 77 Parcel # 36920-28-16 Doe # 6770 / P258-708170148983 Lot 16, Blocle 28, Ryan Southeast Addition 825 � Morningside Dr I�'ort Worth, Texas 76104-6806 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter refened to as "Grantor", does by these presents grant and convey to the City of Fort Woz-th, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 28, Lot 16, Ryan Southeast Addition an a/k/a 825 E Morningside Drive, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Propei�ty to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OP LNTRY Rev. 6/2007 Sanita�y Sewer Rehabititation Contract 77 Parcel # 36920-28-15 Doe # 6770 / P258-708170148983 Lot 15, Blocle 28, Ryan Southeast Addition 829 E Morningside Dr Fort Worth, Tesas 76104-6806 CITY OF FORT WORTH TEMPORARY RIGHT OF �NTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 28, Lot 15, Ryan Southeast Addition an a/k/a 829 E Morningside Drive, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. , TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. i':►_•i (Please Print) (Signature) (Authorized Title) TEMI'ORARY RIGHT OF ENTRY Rev. 6/2007 '�� I�� . ��. ').. I � I ., I _ I . .. , , �; il '�(?iil U�",'�,��,��, � � � . ,,,, , � .._ t. y��. �: � I _ I.� �� - L ' � � � �' j ,� �! �' 11���T ��f I,�i �;., � ' ��'i� # • . . . �. ' . . ... „ �.. M ;�., i � t' ' � i, y . f . --- . _ � . ., ~���^ . ..�. ..,— .. -. ,�'' `n� _� '�?I�' !� � , Date: Sheet No. �,��,. TEMPORARY RIGHT OF ENTRY November 2012 L•1113 Drawn by. � ��J� „-_ SANITARY SEWER REHABILITATION CONTRACT 77 F.LS. Schrickel, Rollins and Associates, Inc Ciry Project No: Landscape Architectme � Civil Engineenng • Planning 1161 Corporate Drive West, Suite 200 Adingtoq Texas 76006 817.6493216 Pax. 81Z649J645 01489 �: � .. ,� �` �� tilt. �,. ;�f i l� Sanitary Sewer Rehabilitation Contract 77 Parcel # 36920-28-5-30 Doe # 6770 / P258-708170148983 Lot E13' S-W30' 6, Block 28, Ryan Southeast Addition 720 Colvin Ave Foj•t Worth, Texas 76104-6808 CITY OF FORT WORTH T�MPORARY RIGHT OF �NTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto propei-ty described as Block 28, Lot E13' S-W30' 6, Ryan Southeast Addition an a/lc/a 720 Colvin Avenue, Fort Worth, Tai�ant County, Texas, hereinafter referred to as the "Proper-ty", for the purpose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singulax, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanita�y Sewer Rehabilitation Contract 77 Parcel # 36920-28-7-30 Doe # 6770 / P258-708170148983 Lot W40' 7-E20' 6, Blocic 28, Ryan Southeast Addition 724 Colvin Ave Fort Worth, Texas 76104-6808 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRES�NTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto propei-ty described as Block 28, Lot W40' 7-E20' 6, Ryan Southeast Addition an a/lc/a 724 Colvin Avenue, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectiug home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and I singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Propez-ty to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. C'��_•� (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Se�ver Rehabilitation Contract 77 Parcel # 36920-28-8-30 Doe # 6770 / P258-708170148983 Lot W40' 8-E10' 7, Block 28, Ryan Southeast Addition 728 Colvin Ave Fort Worth, Texas 76104-6808 CITY OF FORT WORTI3 TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after refei7ed to as "Grantee" a temporary right of entry onto property described as Block 28, Lot W40' 8-E10' 7, Ryan Southeast Addition an a/k/a 728 Colvin Avenue, Fort Woi-th, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 36920-28-9-30 Doe # 6770 / P258-708170148983 Lot W40' 9-E10' 8, Blocic 28, Ryan Southeast Addition 800 Colvin Ave Fort Worth, Texas 76104-6810 CITY OF FORT WORTH T�MPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto propei-ty described as Block 28, Lot W40' 9-E10' 8, Ryan Southeast Addition an a/k/a 800 Colvin Avenue, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appur-tenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitaiy Sewer Rehabilitation Contract 77 , Parcel # 36920-28-9-31 Doe # 6770 / P258-708170148983 Lot 90' 9-W40' 10, Block 28, Ryan Southeast Addition 804 Colvin Ave Fort Worth, Texas 76104-6810 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Woi-th, TX, herein after referred to as "Grantee" a tempoi•ary right of entry onto property described as Blocic 28, Lot 90' 9-W40' 10, Ryan Southeast Addition an a/k/a 804 Colvin Avenue, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the puipose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMI'ORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract '77 Parcel # 36920-28-23 Doe # 6770 / P258-708170148983 Lot 23, Blocic 28, Ryan Southeast Addition 721 � Morningside Dr Fort Worth, Teaas 76104-6804 CITY OF FORT WORTH T�MPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Blocic 28, Lot 23, Ryan Southeast Addition an a/k/a 721 E Morningside Drive, Fort Worth, Tai-�ant County, Texas, hereinafter refei•red to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the puipose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer RehabilitaYion Contract 77 Parcel # 36920-28-22 Doe # 6770 / P258-708170148983 Lot 22, Block 28, Ryan Southeast Addition 725 � Morningside Dr Fort Worth, Texas 76104-6804 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Blocic 28, Lot 22, Ryan Southeast Addition an a/k/a 725 E Morningside Drive, Fort Worth, Tanant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set foi�th above. Grantee shall restore the Property to the condition it was in immediately pr•ior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. Cii.7_���1��� (Please Print) (Signature) (Authorized Title) TEMPOItARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 36920-28-21 Doe # 6770 / P258-708170148983 Lot 21, Block 28, Ryan Southeast Addition 729 E Morningside Dr Fo►•t Wortli, Texas 76104-6804 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PI2ESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 28, Lot 21, Ryan Southeast Addition an alk/a 729 E Morningside Drive, Fort Worth, Tanant County, Texas, hereinafter referred to as the "Property", for the purpose of diseonnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. , TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. .. �. (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. G/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 36920-28-20 Doe # 6770 / P258-708170148983 Lot 20, Blocic 28, Ryan Southeast Addition 801 E Morningside Dr I'ort Worth, Texas 76104-6806 CITY OF FORT WORTH T�MPORARY RIGHT OF ENTRY STATE OF T�XAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 28, Lot 20, Ryan Southeast Addition an a/k/a 801 E Morningside Drive, Fort Worth, Tarrant County, Texas, hereinaftei• referred to as the "Property", for the puipose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set foi�th above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signatiue) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 36920-28-19-30 Doe # 6770 / P258-708170148983 Lot 19-WS' 18, Blocic 28, Ryan Southeast Addition 813 E Morningside Dr Fort Worth, Texas 76104-6806 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF T�XAS § § KNOW ALL BY THESE P12�SENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Foi-t Worth, TX, herein after referred to as "Grantee" a temporary right of entiy onto property described as Block 28, Lot 19-WS' 18, Ryan Southeast Addition an a/k/a 813 E Morningside Drive, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Propei-ty", for• the purpose of disconnecting home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the puipose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OP ENTRY Rev. 6/2007 �. �. �.. � C � , �K � �i��G{ . �� il� (( j�' , ,: � -;1 �' � I� i� �� , `i � ` ` �' �,: I `� ' I k ���� f.' f � ae � . '� , .�� �-', ��,t � !' '-.,,: 1 .. �. k 4.R BOili15! _ : $ r i i � � ,�yi1�se�7 L,i ' I�,C,�. J �j i � i�.,5�"�."d3H � I( {�/},�� 1�• ���''{,� o. . £.. . . „ �7+�'�� j'� .',:T i,.� 1�!�fi'=�t�a��11'N� . , ��,� � ��� ..�� �� ,1� : r � � + + � � '�. � i�' � �' � ,�I�V�� r.'� . - � �`, ,� . � • r �� � � Ii�.�� ., �I � a�A./Il.,1 �' , i � �: l , j � 1 � � py , � ' . . ' { '. It'.� 'f; �'WM1� '� � ' � � . p � � � �� , ' � �.e, ..�.. � ,, , ;+, � + , _� , ' I ,. I ' �: � � ��r. . ,; � , w � � � ;t � �:� _ , , . � .:� , r. , . .'�. � [ �. � y' . . `Y d� •�D I M� t � �': �. ei, f F �jr%,�' . y, ' ' . � . ,. � , 7 � � ' ,� � � ,��4 ��, Y .Y� k} . '(•� ' . ! / ; � � � ' ' �'A`r��`I�� � In�� '-�� � ,;: i , ' ., � �� �� �, �. � � I ' � a � w w � , �' � � � .r � . �� � r,;�� I -,i �, •,, w � . :a� ' I,�L � � 1 :;+ ., I'O .' o � � i .,S_( � �� y. � 1t�jL.:-0. .�� �. �'S� � � � � �i ;y '. � . � � ' � ��� �1' !. � f �_� �111 J � � � i ta , '' .a ' 1 f I ,� } . ,.� ` . �. ,� , ` ,�y' i" � •�t �( � �.' ��� I U7 �� yv 4. ; . .' Ya �...` �}i� r' : I.�'^.� i i � � ' , k �� ' � ���� � �„� �' ����( ti[,�7�.F�7Fsy° '�� � � I � ' f " ' t, � �� :�,� t , ' ', �.��,�. �;:�.� h''',. , , ! I '.�. . , , , � k � I ' ., i � -- -- � y U � nA. ' . Y1 �, . �' !i:��/r ��,1;.�,, �, �,�� ; , .r'' b -. � � �. , q,. 1 � }� �.. ..i. ;}f . �� .�.'�.`��"'. �M :�' �F, t� v, . ' i � Y K'y�' . ' � �' �{ ! , , ' ,r Sa�' ,-,� ' }.' . r':� , , .,iz.l� � t u. . i.'� ' e: � - --- - --- _ - - - � _�r� _ �`�� ��,. TEMPORARY RIGHT OF ENTRY Dallovember 2012 Sheet No. L 4167 Drawn by. � �Jd� „-_ SANITARY SEWER REHABILITATION CONTRACT 77 F.LS. Schrickel, Rollins and Associates, Inc City Project No.: Landscape Architec[uie • Civil fngineenng • Planning 1161 Corporate Drive West, Suite 200 Adington, Tezas 76006 817.649J216 Fa�c 817.649.7645 01489 I Sanita►y Sewei• Rehabilitation Contract 77 �� Parcel # 26760-1-1 Doe # 6770 / P258-708170148983 Lot 1, Blocic 1, Morningside Terrace Addition 1000 E Bowie St ' Fort Worth, Texas 76104-7216 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE P12ESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 1, Lot l, Morningside Terrace Addition an a/lc/a 1000 E Bowie Street, Fort Worth, Tanant County, Texas, hereinafter referred to as the "Property", for the puipose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the puipose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. �s_._�_�: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitaiy Sewer Rehabilitation Contract 77 Pa►�cel # 26760-1-2 Doe # 6770 / P258-708170148983 Lot 2, Block l, Morningside Terrace Addition 1004 � Bo�vie St Fort Worth, Texas 76104-7216 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter refened to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 1, Lot 2, Morningside Terrace Addition an a/lc/a 1004 E Bowie Street, Fort Worth, Tarrant County, Texas, hereinafter refei-�ed to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the puipose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 26760-1-3 Doe # 6770 / P258-708170148983 Lot 3, Blocic 1, Morningside Terrace Acldition 1008 E Bowie St Fort Worth, Texas 76104-7216 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STAT� OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Blocic l, Lot 3, Morningside Terrace Addition an a/k/a 1008 E Bowie Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the puipose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Propei�ty to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the ' day of , 2012. _�. �� (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 26760-1-30 Doe # 6770 / P258-708170148983 Lot 30, Block 1, Morningside Ter►•ace Addition 1001 E Vicici Ln Fort Worth, Texas 76104-7204 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter refei7ed to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block l, Lot 30, Morningside Terrace Addition an a/lc/a 1001 E Vicki Lane, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Proper�ty under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanita�y Sewer Rehabilitation Contract 77 Parcel # 26760-1-29 Doe # 6770 / P258-708170148983 Lot 29, Blocic 1, Morningside Ter►•ace Addition 1005 E Vicici Ln Fort Worth, Texas 76104-7204 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 1, Lot 29, Morningside Terrace Addition an a/lc/a 1005 E Vicki Lane, Fort Worth, Tarrant County, Texas, hereinafter refei7ed to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 26760-1-28 Doe # 6770 / P258-708170148983 Lot 28, Block l, Morningside Terrace Addition 1009 E Vicki Ln Fort Worth, Texas 76104-7204 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PI2ESENTS COUNTY OF TARRANT § That the undersigned, hereinaftet refer�ed to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block 1, Lot 28, Morningside Terrace Addition an a/k/a 1009 E Vicki Lane, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnecting to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 r � �'�;:,�� ��. ic � w;�' r ?�� �+ �.�..:� �. !`; .1y� * .,� �: ,�'i �)�!I� i�l�`� ,'f , � , ��r�. � # � I ���, . � � `� ;; � J . �: ,� � , . ; ; .,. � :� :� I �� � �, ; 7' , .m`� :.: .�&�a. . . . ' �';'t "�'.. F .... _ . __ .,_. _ � � '� � �,f.j�t"- � �t' . . ��'� ♦ It..�li4_.!�_ . ' .� _ ' _ — . r � �, , .- .� _ ` ������� -�.Wi.-- _ .,'_ :�—"�,.4 ,�_ _ . - �L_. __. � , Date: Sheet No. �,��,� TEMPORARY RICHT OF ENTRY November 2012 L•4167 Drawn by: � �J� „-_ SANITARY SEWER REHABILITATION CONTRACT 77 F.LS. Schrickel, Rollins and Associates, Inc City Project No.: La�scape Architectuie • Civil fngineenng � Planning 1161 Corporate Drive West, Suite 200 Arlington, Texas 76006 817.6493216 Faz 817.649.7645 01489 �.. ��_� Sanita�y Sewer Rehabititation Contract 77 Parcel # 26760-1-4 Doe # 6770 / P258-708170148983 Lot 4, Block 1, Morningsicle Terrace Addition 1016 � Bo���ie St Fort Worth, Texas 76104-7216 CITY OF FORT WORTH T�MPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter refei-�ed to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto propez-ty described as Blocic l, Lot 4, Morningside Terrace Addition an a/k/a 1016 E Bowie Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the puipose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described tempor•ary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the pur�oses set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authoz•ized Title) TEMPORARY RIGHT OP ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 26760-1-5 Doe # 6770 / P258-708170148983 Lot 5, Block 1, Morningside Terl•ace Addition 1020 � Bowie St Fort Worth, Texas 76104-7216 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THESE P1tESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after refei7ed to as "Grantee" a temporary right of entry onto property described as Blocic 1, Lot 5, Morningside Terrace Addition an a/k/a 1020 E Bowie Street, Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Rehabilitation Contract 77 Parcel # 26760-1-27 Doe # 6�70 / P258-708170148983 Lot 27, Block 1, Morningside Terrace Acidition 1013 � Vicki Ln Fort Worth, Texas 76104-7204 CITY OF FORT WORTH T�MPORARY RIGHT OF ENTRY STATE OF TEXAS § § KNOW ALL BY THES� PRESENTS COUNTY OF TARRANT § That the undersigned, hereinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto propei-ty described as Block l, Lot 27, Morningside Terrace Addition an a/k/a 1013 E Vicki Lane, Fort Woi-th, Tar��ant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnectin� home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. GRANTOR: (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 Sanitary Sewer Reliabilitation Contract 77 Parcel # 26760-1-26 Doe # 6770 / P258-708170148983 Lot 26, Block 1, Morningside Terrace Addition 1021 E Vicki Ln Fort Worth, Texas 76104-7204 CITY OF FORT WORTH TEMPORARY RIGHT OF �NTRY STATE OF TEXAS § § KNOW ALL BY THESE PI2ESENTS COUNTY OF TARRANT § That the undersigned, her�einafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Blocic l, Lot 26, Morningside Terrace Addition an a/k/a 1021 E Vicki Lane, Fort Worth, Tai�rant County, Texas, hereinafter referred to as the "Property", for the purpose of disconnecting home/business from old sewer line, and reconnectin� to new sewer line. Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property. TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the pui�poses set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 2012. C�';7��1 IfTI �7� (Please Print) (Signature) (Authorized Title) TEMPORARY RIGHT OF ENTRY Rev. 6/2007 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanilary Seiver Rehabilitation Conh•act 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS Cit�� Project No. 01489 Revised July I, 2011 � � +r GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK , � , . _ _ _ .- -- _--- __ CITY OF FORT WORTH Sanita�y Setiver Rehabilita�ion Corrtrac� 77 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 07989 Revised July l, 2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OP FORT WORTH Sanilary Setit�er Rehabrlilalion Co�rtracf 77 STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 2011 GC-6.06.D Minority and Women Owned Business Enterprise Compliance CITY OF FORT WORTH Sanrtary Seirer Rehabrlitatra� Con�ract 77 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Project No. 01489 Revised July 1, 2011 ---__., ATTAGHMENT iq Page 1 of 4 FORT WQRTH City of Fort Worth MBE Subcontractors/Suppiiers Ut�lization Form PRtME COMPANY NAME; ' Cheek annlicahle 61ock ti� dPcrrtnp h.t.,,,. fill CO ;t '1 ItiE Pa' 'ifs: ALL MBEs MUST BE CERTIFIED BE Certifcation means those firms, located business enterprise by: the North Central thaf#he City may deem appr,opriate and a _ .� . _.__ . . . ..:. . . .. ketpiace at the time of and Wise.counties: itractor, i e., "a direet. by a subcontractor �o )R� CONTRACT AWARD. t haye been'determined to be a bondafide minority m Agency (NCTRCA) or other ce�fifying agencies /Vorth. Rev. 5/30/12 , , - URT WORT'H �� verification. Please note tFi< NCTRGA C� 2ACTOWSUPPLIER T . . ` rtpany Name ; �. Address e ry� " W ephone/Fax r 6 B .. . . . ...; ...�: . ..F ' F . . ::: :. � ;1', ��i�nunL I � xoBi�i�� cRaiv�vos TRucKnvc 1-k�u 1 p-,5.�' � '� ��e, l b(j.�v 3a �z �si�� c��ie � S u r�� �S �o�w���,,�e��s.�s�3� � � � �. " � � � ��� - � � c8�a,23?�� 1 __ . : � C' p�c r�� � 9 OZ� � � , o1l�D' co�rfl�viv ��i-� CZ ed i lUl :i � � � P,O �ox 16?r327 �� j _ � � ; Forf Worth, Te3cas �C161 . � � � ($17j'�59-191�9 f (81� 759-i7i6 ' ' ��i�-1 surrcoasTxEsou�cEsnvc, � /)���•�� Tefi Batem�n PfJ Box 972321 � � � ❑ Dallas, Texas 75397 ' v (800)b,77-�835 x65S ' ` T� ,T'n8 �6C.�}' S�''1 a MJ PIPELINE INSPECTION, IiVC. O� �'�� ��b• a PO Box SSi � Granbu,ry, TX �604�-D851 ❑ ❑ �,,,1 Y1 eS ! Melody�Bandgwald (81�) 946-1126 � ;, °� � � � � �� � � � � � � ��� �'�'�'� p'� � � � �l� 5c+� rx' � HD'SUPPLY W�3'ERWORKS, Ltd.� �-+ / PO Box 840700 �' '� � "� 5 � Da�las, Texas 7�284. (81?)SJ5-05$�� . � .� ����A ��_V {,S � P� �- �i e. ` RINKER MA1'ERIALS � i P . Po BoX ?30,19� � � � � � � . o0 6C7 Da1��s, Texas 75373 -0197 � � ❑ � � ' L'J � (8.1'7) 491'4321 � �q'j '�'� � � � � Rev. 5/30/12 � � �� ATTACHMENTIA ��+��7�RTH � Page4�of4 ' � al Qoliar Amount ofiMBE Subcontractors/Suppliers � � O� � 5, 3oa � �I Doilar Amount of Non-MBE Subcontractors/Suppliers � a U(p1 R UD •�O . fAL D;OLLAR AIVrOUNT OF ALL SUBCONTi�ACTORS/SUPPLIERS $ o� r] �, � a�j{) , 0 d Gon#�actor �nnll not:rnake additions;'ci�let�oxis; or subsfitu�i�ns to:this ce�E�flec1 l�strwiihout"the prior,approyai �s M�r�or�ty and Womer� �Business En#erprise O�c�; #hroi�gh the `submitkal of a Request for Approval o �r�g�/A�ftlrtion form An� �an�ust��ed chart�e or �lelet��n shali;,be a materia!_:breach Qf contract :and,may iit �n c��barment ir�;ac�ord w�ih �he �rocedures oiatUned. in tlie ordma�iae �'he eontracto� sh�li :sulitnit a ��Isd expia�iaf�on of hoy►r tFie reqt�ested �h�rtge`laddition c�r �ielet�on`will �ffect the corrimit#eci MBE goal `If the xl eXplanation as nof �ubrnitted, afi wAI aff�c� th�,final ,cort�pliance determi.nation; '- a�xing a signature to� this forin, #he Offeror further agrees to provide, directly to the City upon reguest, �plete;and accurate information regardin� actuai work peiformed�.by all subcontractors, including MBE(s) �ny special; arrahgements with :MBEs: The Offeror also agrees to allow an audit and/or examination of i�ooks, records and files held by the�r company, The bidder agre�s to ailow the transmission of intervfews i owners, prineipals, of#iceCs, ernployee� �nd� applicable suticontractors/suppliers participa#ing`. on the trac# th�t will substantiate ti%e actual work performed by the MBE(s) on this contract, by an auth,orized ,er or employee of �he City. Any iritenti,onal and/or knowing misrepresentation of facts will be grounds for �inating. the contract or debarCnent from Gity work for a period of not ''less than three (3) years' and for �ting action under Federa�, State'or Loaai laws concerriing false statements. Any failure to comply with this nance creates a itiateriai breaeh of the cont�act and may �esult in a determination of an irresponsible .�or and tlebarment from participating in City work for a period of time not less than one (1) year. �r ��Y�t.-� 2 Y" >rizetl Signature ' Printed Sign ture - � �°5 � C���=� �ot m � ContacENamelTitie (if different) � ` i /�� �ho ri e. �'r� � �-t.S� Y' t�bn t ru c,�i ors ��'�. �==1� ,����� 53�t=�'�u 3 Cs�*�� 53y _ N�st� a any Name . Telephone and/o_r Fax ��x I 5y L� :'�r{ .� o�tr -�se r, c o,-z-�, ' ss aii Addre s ' �' i' �-� � �� { �.h , �k � '� c� �i � � � - 13 - � a � tate/t�p 'Date ` 1` l I Rev. 5/30/12 I Joint Venture Page 1 of 3 FOPT WOPTH CITY OF FORT WORTH MB� Joiiit Venture �ligibility Forin Al! r/tresfinns nurst be alisivererl; rrse "N/A" if not applicnble. Name of City project: A joint venture form must be completed on each project RFP/Bid/Purchasit�g Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If npplica6leJ Telephone: Facsimile: E-maii address: Celiular: Identify the firms that compi•ise ttle joint ventui•e: Please attach extra sheets if additional space is required to provide detailed explanations of wori< to be performed by each firm comprising the oint venture A4[3L firm Non-Ni13� firm name: name: [3usiness Address: Business Address: City, State, Z.ip: City, State, Zip: Telephone Facsimile G-mail "I'elephone Facsimile Celhdar Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Sco e of worlc erformed b the Joint Yenture: Desc►•ibe tiie sco e of worlc of tlie MBE: Describe the sco e of work of the noii-MBG: Rev. 5i30/12 Joint Venture Page 2 of 3 � 3. ��hat is the pei�cent�ge of MI�E particip.ition on tliis joint venh�re tl�at you wish to be counted toward meeting tl�e project boal? 4. Attacli a copy of tlie joint venti�re agree►nent. 5. List eompo�ients of o�vnersliip of joint ventiu�e: (Do not canple�e ijtliis r� fo+•mntrai rs descrihed in joi�rl veirt:u�e �rgreemeiitl Profit and loss sharii�g: Capital contributions, including equipmcnt: Other applicable ownership interests: 6. Identify b,y name, i•ace, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision malcing of the joint ventuce: Financial decisions (to include Account Payable and Reeeivable): Managcment decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Pui•chasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/V1/BE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 5(30/12 Joint Venture F'a e3ot:i ArP'IDAVIT The undersigned affirms that the foregoing statements are true and corcect and include all material information necessar}� to identify and e�plain the terms and operation of the joint venture. Further�nore, the undersigned shall a�•ee to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also 1•esei•ves the ri�ht to request any additional information deemed necessary to determiile if the joint venture is eligible. Paiiure to cooperate and/or provide requested i��formation within the time specified is grow�ds for termination of the eligibility process. The unde�signed agree to pecmit audits, interviews with owners and examination of the books, records and files of the joiilt venture by any aut}iorized representatives of the City of Fort Woi•tll. Failure to comply witlt this provision shall i•esult in the termination of any contract, whicil may be awarded under the provisions of this joint venture's eligibility and �nay initiate action under Fedei•al, State and/or Local laws/ot•dinances concerniilg false _statements or willful misrepresentation of facts_____________ _ ------------------------------ - - --- ---------------------- --- -- - - ------ ----- ---- Name of MBE fim� Name of non-MBE firm Printed Name of O�vner Printed Name of O��ner Signature of O�mer Signature af Owner Printed Name of O�+�ier Printed Name of O�mer Signature of O�v�ier Signature of O�mer Title Title Date Date Notarization State of On this County of day of , 20 , befoi•e me appeai•ed and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were pi•operly authot•ized to eYecute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires _ (senl) Rev. 5/30/12 ATTACHMENTIA Paye 1 of 4 FO__ P� � I�Z'T_I� City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-M/�NDBE BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER % % 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, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter info a formal agreement with the MBE 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 resuit in the bid being considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise 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 1S` tier, a payment by a subcontractor to its supplier is considered 2�d tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease aqreement. Rev. 5/30/12 I'OI;I��'Vl)}il�}{ ATTACHMENT 1A �— Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, piease attach a copy of the firm's SBE certification if they have not previously registered with the City's MM/BE Office, which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate ° SUBCONTRACTOR/SUPPLIER T �' Detail Detail Company Name i Subcontracting Supplies Address e M W S M Work Purchased DollarArnount Telephone/Fax r B B B g E E E E �� � � � � � � � �� � � � Rev. 5/30/12 f�c�r,r4Vc�Ez�r�i � ATT/�CHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. Please list MBE firm's first, use additional sheets if necessary. if a subcontractor/supplier is identified as an SBE, please attach a copy of the finns SBE certification if they have not previously registered with the City's MNVBE Office which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate ° SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Suppiies Address e M w S M Work Purchased Dollar Amount Telephone/Fax r B B B B E E E E � � � � � � � � � � � � Rev. 5/30/12 FORT�i'ORTIC � ATTACHMENT1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addifion form. Any unjustified change or deletion shall be a material breach of contract and may resuit in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address CitylState/Zip Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address Date Rev. 5/30/12 FOPT WOP"I'H City of Fort Worth Prime Contractor Waiver Form ATTACHMENT1B Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: ❑ MNV/DBE NON-M/MJDBE BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER °/a % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). Ali questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must compiete ATTACHMENT 1 C. This form is only applicable if i�_Qth answers are yes. Failure to complete this form in its entirety and be received by the Manaqinq Department on or before 5:00 p.m., five (5) City business days after bid openinq, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation fhat proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work pertormed by all subcontractors, including MBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Rev. 5/30/12 ATTACHMENT 1C Page 1 of 3 FOPT WOPTI-I City of Fort Worth MBE Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MNV/DBE NON-M/M/DBE BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER % % If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must compleie fhis form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and it being submitted to and , received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, I exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. I 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or' non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use addifional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 5/30/12 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office or the Cify's website. Yes Date of Listing No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ YeS (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) �No 4.) Did you solicit bids frorn MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, ep rson contacted, phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? �_Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non-responsive.) �_ No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? _aYes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation andlor "undeliverable message" documentation may render the GFE non- responsive.) _QN o ' NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method ' must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. ' NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? �_Yes �_N o 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev. 5(30/12 ATTACHMENT 1C Page 3 of 3 9. Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? YeS (If yes, attach alI copies of quotations.) No 10.) Was the contact information on any of the listings not valid? _Q_Yes (If yes, attach the infonnation that was not valid in order for the M/WBE Office to address the corrections needed.) �_N o 11.)Submit documentation if MBE quotes were rejected. The documentation submitted shouid be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets, if necessa , and attach. Compan Name Telephone Contact Person Sco e of Work Reason for Re'ection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contracfi, by an authorized officer or employee of the Cityo Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local iaws concerning false statements. Any failure to comply with this ordinance shall create a material breach of Rev. 5/30l12 ATTACHMENT 1C Page 4 of 3 contract and may result in a determination of an irresponsible offeror and debarment from participating in City work for a period of time not less than one (1) year. � The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment'IC will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address City/State/Zip Emaif Address Date Rev. 5130l12 GC-6.07 Wage Rates � :L CITY OF FORT WORTH � Sanitary Setiver Rehabrlitatian Cartract 77 STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. O1489 Revised July 1, 20(1 City of �'ort Worth, Texas Mayor and Cauncil Communicatian C(3UNCIL ACTION: Approved an 7/8/2008 �-�., -- ------ �� .. �, D/#TE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES REFERENCE NO.: �`"`G-16190 SUBJECT: Adopt 200$ Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rafes for Cify-awarded ' pubiic works projects. DISCUSSIC}N: Texas Government Code Chapter 2258 requires that a pubifc body awarding a contract for public works shail determirie the general prevai{ing 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. �ach year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Buiidars and Contractors (ABC} and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/G R� TI�IC.A?ION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Ftand/Account/Genters Su mit#ed for CitY1111anaqer's O�fice by: Ori�inating De,�artment Head: Fernando Costa (8476) A. Daugias Rademaker (6157} Addiiiona[ Informat9on Cont.�at: Eric Bundy (7598) HEAVY & HIGHWA'Y CONSTRUCTION PREVAYLING WAGE RATES 2008 Disd-ibutor Paving Ma Raker or Concrete Finisher, Shuctures Concrete Paving Curbing Machin Concrete Paving Finishing Machi Concrete Paving Joint Sealer Ope Concrete paving Saw Operator Concrete Paving Spreader Operat Concrete Rubber Crane, Clamshell, Backhoe, Derri EIectrician �lagger Form BuiideriSelter, Structures Form Setter, Paving & Curb �oundation T3rill Operator, Crawl Foundation Drill Operator, Truck Front End I.oader Operator Laborer, Gammon Millin� Machine Operator, Fine Gr� Mixer Operator Motor C3rader Operator, Fine Grade Motor C3rader Operator, Rough Oiler Painter, Shuetures Pavement Marking Machine Operat Pipelayer Reinforcing Steel Setter, Paving Reinforcin� Steel Setter, Structure Roller O�erator, Pneumatic, Self-Pr Roller Operator, Steel VJheel, Ftat ` Roller Operator, Steel Wheet, Plant Scraper Operator Servicer Slip rorm Machine Operator Spreader Box Operator Tractor Oaerator, Crawler Type Shovel Truck Driver, Lowba�-Float Truck Driver, Single Axle, Heavy Truek Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Borinq Machine, Post Hole Driller Welder Work Zone Barricade Servicer $13.99 $12.78 $11.01 $ 8.84 $14.1 S $ 9.88 $13.22 $12.80 $12.85 $13.27 � 12.0� $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $l 1.83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $l 1.83 $11.58 $]5.20 $13.17 $10.44 $11.04 $14.86 $16.29 $11.47 $10.92 $12.32 $t2.33 $10.92 $ L2.60 $12.91 $12.03 � 14.93 $l 1.47 $ I 0.91 $11.75 $12.08 $14.00 $13.5? 200$ PREVAILING WAGE RATES CONSTRUCTION INDUSTRY GC-6.09 Permits and Utilities ; THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Seirer Rehabililatiat Cattract 77 STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Project No. 01489 Revised July l, 201 l GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF PORT WORTH Sm�ita��� Sex�er Rehabilrtation Ca:tract 77. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01489 Revised July 1, 20l I GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK � CITY OF FORT WORTH Sanitar�� Setiver Rehabili�a�ior: Contrnct Z7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Prajec! No. 01489 Revised July 1, 2011