Loading...
HomeMy WebLinkAboutContract 43118�r.,+�`� � CIN SECi� . , � p,Q.E. fllE CON�1?I11Ci�"� `������� �"� ��. � � • w ��I�I�NT DEPARTM�� � ? ���.������ PROJECT MANUAL FOR THE CONSTRUCTION OF �jr�r �����rARY .yl,� CONTRACT N0. <� 2008 CIP CONTRACT SA CHRISTINE AVENUE, CHRISTINE COURT & QUINN STREET City Project No. 01265 � Betsy Price Tom Higgins Mayor Interim City Manager �i S. Frank Crumb, P.E. . � i Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION & PUBLIC WORKS DEPARTMENT 2011 DEOTTE, INC. TBPE REG #F-003116 ~ �� uf. T`�i\` , / ���, :Q,. • • . �".�� i � * ' � ' * �1� (/ Yj( *:' �.* t �� ,C��AYT[]N.T:..f�DINGER. � /1 I�� / _- .:.. ';� /� � �. 5749. ,,:1./ t�l��F:;.�ic�us�-:°••���r''� OFFICIAL RECORD 1������������� CITY SECRETARY FT. WARTH, '�X �d'i � PAS Pavement Thickness Design According to �1993 AASHTO Guide for Design pf Pavements Strucfiures American Concrete Pavement Association Rigid Design lnputs Agency: The City of Fort Worth Company, DeOtte, Inc. Contractor; CMJ Engineering, Inc. Project Description: Christine Ave, Christine Ct,, Quinn St ' Location: Fort Warth, 7exas vgid PavemenE Design/Evaluation PCC Thickness Design ESALs Reliability Overail Devia#ion Modulus of Rup#ure Modulus of Elasticity 6 71 inches 626,000 80 00 percent 0,35 630 psi 3,604,997 psi Load Transfer, J Mod. Subgrade Reacfion, k Drainage Coefificient, Cd lnffial 5erviceability i'erminal Serviceability 2.70 103 psilin 0.70 4.50 2 00 Modulus of Subqrade Reaction (k-value} Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase 7hickness Depth to Rigid Foundation Loss of Suppo�t Value (0,1,2,3} Modulus o€ Subgr�ade Reaction Friday, November 6, 2009 3:06:27PM Engineer: JPS __._—..- 7,355_0 psi 12,391.8 psi 6 00 inches 0 00 feet 1.0 102,50 psi/in PLATE 6.1 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 to the Specifications & Contract Docurnents for .� , �' `- �i\Z. ,,'°* , - ' "� rl�i� *,:..... . �.� i� ..:.. ........ ... � _:_r=,i I �f! I: 4EIiTPUi` , � .. ...=,,.i,-,...... � � -r ' ' r! ���',''i�; ��.r�',� •;.;;;:�/'�� �' ' � � � . ..:`, ;,.,, ,. a. 1�`:.��r��t;�;�, ,: ���,.t-,�-�.-�.-�-`�"�, �� ��� xz-2-'�0 2008 CIP CONTRACT 5A CHRISTINE AVENUE, CHRISTINE COURT & QUINN STREET CIT'Y PROJECT NO. 01265 Bid Submittal Due Date: December 15, 2011 Addendum No. 1 Issued: December 2, 2011 The Specifications, Contract Documents and Drawings for the above mentioned project are revised and amended as follows: **The bid submittal date for this project has been revised as noted above."'* ATTACHEMENTS: A. Bid Proposal Form�R1 B. APPENDIX GR-01 60 00; Product Requirements CONTRACT DOCUMENTS: SECTION 0011 13: INVITATION TO BIDDERS DELETE Lines 12 and 13• replace with the following text• Llntil 1:30 P.M. CST, Thursdny, Decernber 15, 2011, nnd bids will be opened publicl� and rend aloud at 2:00 PM CST in the Council Chambers DELETE Lines 39 and 40; re�lace with the following text• Copies of tl�e Biddi��g nnd Contract Dociinients mn� be purchnsed nt the office of Trnnsportntion F� Public Works Department 1000 Throckmorton St. Fort Worth, TX 76102 Plense contact Nikki McLero� nt 817-392-8549 for assistance SECTION 00 42 43: BID PROPOSAL A revised electronic bid form is attached with this addendum. CHANGE the description for Bid Item No 3-22 to read the followin� 3216.0102 7 Conc Curti CHANGE the descri�tion for Bid Item No 3-37 to read the following: Addendum No. 1 Page 1 of 2 December 2, 2011 Relocnte Mnilbox The following bid item shall be pre-bid items at the shown unit price. The unit price has been added to the attached bid form. Bid item Descri�tion Unit Price No. 3-25 3291.0100 Topsoil $16.00 per CY SECTION 00 45 39: MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Amend line 14 to include a�roiect$oal percentage of 18%. APPENDIX Attach A�pendix GR-01 60 00• Product Requirements CLARIFICATIONS: 1. References to water tight inserts noted on the construction plans should be ignored. All frames, covers and grade rings shall be installed in accordance with standard specification Section 33 05 13 Frame, Cover, and Grade Rings. This Addendum No.1 forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Specifications & Contract Documents of the same. Acknowledge your receipt of this addendurn No.1 in the space provided on the signature page of the Bid Proposal. Failure to acknowledge receipt of the Addendum No.1 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. I� r�C� � t�1C�.U, �� c�K �� �L%y t G ✓ � ��i-u-ts�, �,r�std2v�+ u,�+Se ►- Cbr �-r �,�. c�- f� TX ��—(�`� Addendum No. 1 Page 2 of 2 December 2, 2011 ,� � CITY OF FORT WORTH'S STANDARD PRODUCTS LIST _ �VASTE�VATGR ._ .`'.�In,h�is•�Crt� - � , .. �----_. __._.... _.. ... ..._i _.. ._... .:.. . El.li 11 4 I�'nl .... ... .. _ .. . ._„ .... C:i.11 f klrsrn .... ..... A r����' � livkia(h�k PLSM1c ASfA�D12ie '. .. Fv•a'du lidlr InM M 1 OiCtt P( f "'... _ . v:� `�5 [I.11 N b�l c S�Wra P k j45 In LfS S�'n. S�7 ASI\f4>1319 Fc 2i w... �:�^K fl.li 1 4"ul � -. .. y.. ^ 1 P 4v�,.@1 t p'i � TJ Lol ��_kn5 N -' .. Fa2n'd. -. t I .. �LP1Lc+...�C F; s� q ri G �mcra/Itectane Iar �. . ..•.�� - ....F, 1+'au .. � , ... 1 \ f vr W C V rzeml Vt 4 9; �.�li 1 F�vrby ' � . .. . ...IC01 �- ' . . A1vJu. irer NC ._ " \u4.v�iduAR. -.. . b]B� f � ... .. �.�� 1'tVD .. _ ._ M1la _ _es kl B=��I anms k ( /c �a I llioundl . � . _ _ .�.. ._ .ia mvm _ .. .. .. . Fl.li !1 !a' i ,(C -'- .. ,. . . . 4V¢t�m4 V. 4 � Zli� F�'°�yY ��._. ]<dti ` -... . .... ._. . . P.I.Ii Alm, F' . WC M1lp J,�IemKe�trle. �� -. ?�•�u EI-li AtrA.,!ei�yn uJCam � i. . . . a2�AAI ..._. `-"' :1'�_, � � tW(u�vrg ..- .. i.. .... .. Fl.la A1 !�� Fram vilC . . . .. .. _ .:. .._._ .. � . .. �� ...21•Du .._ .. I.li A1 },�y F�uo .{C n ... , . . . \ 4 Fcunyy � I11i ASn.lAi4 ..... ���� .r^ .. . ___ . i_ ._li'llu Ei�la M. M:'wf .m ilC s � _.... �. . -,. . 1111»N - ' '_ � � - .." S C �°. Ifl_IiJN .....� � _... ... , El.li i.nsir�m +1Cmv� .. ' f U.illoarm �._.. .-. .�..... . ..... ... 1:.1.1� � 1;kf'runc d( �ry.. . . .. .,. CiS.StU �� .....J'du �i',i. -I� �I t�YFrame .IC �' .. eiWC�.�:3. .... .. ... . . . .. �:3� J Ei..' f�l\ilivr ..� . Sirq.Crtt�u�Pqe (P .i� �rniul.. � . REJI.RBFS ..� ..... . . ..��'Ju 1 �� . . L .t I � t ytx '_" " . . . .. lr I>i� ..-. .... \II `.:Jl'11�D'nn . .. llll�).\I��J..i )�'I>.� .C�'�3- E�C-=EFi,��d a�s�Co crs�54'at Ti�h� � Nrc •c 1 �ehl , � � -"� " � . ... . u n r�n,.a�cw.R ._. . .__ . . , _.. � ._ . Y AAI vn " .. 41 1 4F u.11 -� -- .. . P+rtv'x�11 _. 1�"Du . I!I;I! M 1>'tF �x aMC .. .. ti YC '�3.. " �... V fu�Ly Zl{2 ._. � tJ bu... � . If� F� +1C n... t i�enirc W.ASUusRii�sFwr.try ...� SW.21P ' ASR.fA��e ....2JOu . � F s uJC i ,11�K cyl �N'u61rc �--'.. ._..—.. � 1!'Uu L�:i14.� E�.I! I l.kF� 1( �rs..._.. ... __ .- '..,.. ...lYPA3lMi ,�'_ ..... . ...�.�u ..... � A .. .. ____ ,._.. 012�Y1 hl.li \I 1 F s�iC - -� � RCEIGO , ASIMM1JB i -- ... ... 5<eueFa.el.fiu Pm�.u�Lut � 1A2J11J5R'md�rACma {.. ASTIA�9,. �1�"D . . - ... . . . "" . _ J'Du ���JLs.t f3 JNc� /C m n i ys .. ... � . _. -_ . . �. � U> 31�`I] U U 111Jn�hF W .p .. � ' _-. � .. . .. 0!n tY) � � .._.A N{,eg� hk. A4l UI S���P201 �� ..... Ort 1 f;�I) AIH tl�r C P Mv �'".. .. ...�_ASThIUl3{pp�12,D'!g2 T �� ��..�n ..._ P -k(,vl f ll MII -- � -� ..__ D c� )JM19rol . �-- .. ._. � q� t1IYtAI h4 y R�, - .,. Ptre S�I(. 4 lap. '___' 230-IGGiktl � TSiM(J J'C�161 SSAIfI ... `.�.:`�" !. nil\1 � ' ... W �1 .._.. _... HDPEAdf� _R.j -I .. ' Itrv�rJl'su�a � . .. .. __ I` � ... � .PC. .. rei:t il11 4.I.,�.ar � ._.. - .. t� i In �sR.U� e R�e��lFr �C i�r �z '- .-t s�i��:_.. ... � . .... t .l{ I } Y P IC �� Ii�tlr CUJ -_ . ... _ . i.. 1 .. E_li hk � . . .... . �T .. SPLI. mrl9 � - " ' - � tV'ilIl PqeCulrc �" ' M1STAIGiIa Fl.li � I.vAi.k V �C c -.. -" 4nTttdlidl ' �-' ' � -- �.�.. � ASiMC lil .. � �,'H F.I.IJ t }.4 {T 'IC �u ' ASTA(CJ>3 ,p' 9 li� 1'..: � f.�! 1 ..__" .. _Cire Pml 1.. . ..1.. 8 Ifl NrJW... J2 C .: .._ . � qg' .._ ... . .ti.lY.c.nt ,rcm� . tl T 71�������. .__. _ ._ � SITICJ)1 i9"x�/11`�cvs . __ � .. ... __ �t nt .�e.N� i� i -.... , � - .__.. � � ni�>>,e" i _ _._. . . - �_.._ aa, bt t� Ics A Ba h� �/I it y c�a�g .... � . izp» . Fa,a�ti� .yr- -- _. . �.� - � ... . ,�i.�rt, ..._ ficilC I�. tl+ix" `__' ..._ V * �-V � �1•�' i.F \ f ... ' M1�TM1f )]5J .V�If rca . ._ .- .__ . . . u�tv_ _. . ... , . �h,.1-��.C,�1��/R t ub Sv� is/C' cnnI1�U5 - ; -� �- ..._ .... v� p, i. y.� i .�a a mps� � . _.._ � ._. ._ . _ .. _ �1�V� Fl.li AIWn' R t SS .... _... � . . ... ... . .. . . . . ) �ms R ! 415P '�' ... 6�-11 MNJNhabSymu � � -� ._ � 5� LNC hivnklr. �..�. . _. • ... .... .h01 Et.l� AIWr! R�IvbSys�m . ... • __" . AP\IP fmn.. ..__ .. ....... .... , 5 i,U� - .. SV � S+IS} mis . , .Su 65 JAtiiAN�lub� ym ...: ' 1 ,,e, EI.1! 1 �F i R Fub SZ i�m . .... • � 2.;yF� i ! "'d \I!1 d�a (3rvni� ..:.. .. •. .. .. . P� ' . � f. "�Ms� ASiTl�3i1) ( 1 f�i<il .IttVmv�;,e. ....' � 1 _ . ... .... A� � _ Hrym.rl J�i � �I��< i �c ... �I rlc5 aC' il SIKcI b S� t N(� Iltlou5 ' .. .-. . S2Jti5 E II F h R165� ' �� . . ri-11 .. . Huh A 1ubS) Ic�m ' �� . . } �aY�. .. .. . � . S \V If'�I w�i _W Cu:�S_ � �. Dnl�i»:n . . 5 C � � __ t� , f ( P � .. , .. . , .. .. �•��v� � .. lF ._... � 5 t10 51 5 �-...1 WR n�a�.cT.s� . ( ' F ll'ar G � I - . . ' "_ l�vat 1�y�.wli.'ru.. l �r :w - i:iul ' --� - ... .. ..fvti��r. F tni.n .. . __ . . . _ . S 1 J01.3n1 . . �- ... JI .. 115 J�Itf��� -... . 1it,n., r. _..... _ n<r.,lj.�.�..ru Lse/ nw/' i tn 1 n ly Cast I e gl ss Re nforccJ i i>di> Ivnx ���' -� �"� � -- � • -- � � : n - '�i.i.n cd (`n � � , � . _ 1 l..i� . . . � ... ... ._ .. Il�ba PkrV5T,4e ............. . , .i � � .. . . ._nmuxhUiA � :__.. . _ .. ... . ....., y�ii�: J IJ I( �:1`q< � ' .._ ...... . ... , ... . ....... .. .__. . ..._....A ,.��151 � i I I ���«�ci:� ,\51 I \ �..�.Yi: . I i_'.('Lu.\' . . . f MW` /C Il Rll' .... � ...-" .. _. . El�li � C P� R J �N .. . _-.. _ - . ._. . . . ... ... El�li� C Py�c R �! N . . N'.fHCMa� P�.eC i�. i ...... r .... . . _ . . .... � ' i1.4uCor.iv C -..... _-"... �._.. ASThIC)6.. .. Eld! C A� R'Iurc.y ..... 1'� �ar'��'m- �...�IIITdG�PLti<mX>] ASThICI6 � ..... ... .. tin! .. C P� N'.f��rN Hue'mC hu4�:ts. SPLI 951far1 >3.p •... ..- , . . .... C ��<PQcRRMuCaLic �...__ �s � i... ASTICi6 . I n�,Mc��,/Du ul Iron � �- . .- -�_... , nslxtc�e .. . .... . �� ei ce � p,� .... c�rcwr�nr a.<e iti... . .. _ . ._._ .. 11[r.- �'sl PiP � .. S�e[I�ILi D ki ��PivueP�. _..AWI CS CI51 J'Jcul�u.. . .. F�'Cd Ihckli��Pi� .. ., 4n�^'"^� 4k�mnYq�eCa 1m< FunsPipe � p15�µACI50C151 1'.a���lU' US Pi�eWFo-mfeyCo. � . ."'"— _ GI.M � D IwYh�-. . . ... Alc\VveCullr.mPqtl'.a r.�. .. ... . .rW11ACi50.Cii1. • ....... _ .. . ._ _ _... . . . .:. ._. I'Ij� /nc•\1'ihl()f L (1 - . . ._ .. . .._.. . . . . �. ANM1VACISO.CI11 � .. .. . .. Ilt5ltl S� �11111� • - '--- •.. ....... ...._. ._ � ... Ifyh �yP>he�pM �Fc ._. ..Pk@YnU N"F..lu.-. ..' .. ,.. . . fIr�AE YN"Y��2k ��� Yk.�oirc . . . ��v. Du���kPd)NrykrrY�t � ...AtT�it)1�33 � g• . .. �If�andcmtllPv)<J��+.rFryF� ... . .... P<6 P Irc . __. . ... ...... . �-....�SiTlt)�_,Ii . „_ ... . Ilgh4rupy�s'iNrykex . . Y � .. .. ASTM�.�EYtl � . .F`h: .... . CSRH��voCvW YgYIca�S�sl.um McC �Y�f[Fi�envq .... ASTAIDIEAi • fi• . i ip� n �_/VV(.• . - ... 11,U1'�! fl tl �PVCL rv$a,.�]�x � ..• ' . . . ... t�I PVC( m� NSrn K �'- C cM1C�_ae P.oJwY.ir. ,... Ccc AA3VA5 .�tP4e �. ASI�IF91.9..... ....... _. ' Il�vrvxEllC.mLu^Y. , - - UNa�a� .• . d�� l6- . . E.IS P\CS Pq< .-:. .... ] 6'P�' . . FI.2 . ..YY S e < . Can.T INwUks �- _.. .. -. . ......h. ..._ �'Y _. � C�n�'i:mTNP veCa • ...... ...� � . ASTTI())o)i hul:' . . . E iy PtCS Y'1�..._ . . __.. .F. . .. ... ._ ... ...... ..:. TSTTf01G1i... . u.?: . .(�ct�u<r,r�je .. . . ... _. .r�:gonf � ,;�c«p. . . ' �nm.fo��i.oiiei ��o-.�is^. VVC ' .... 1\Ihlu.ufx�vu�qCam}'i.:l.Ls. ......_ ... ... ...... . ..... _..,.. ..._. �I•ke•. .. FI�11 ' S Pipc . .._. . UwaMPi Irc�feTcn�¢n .. .. . .. �. ...... ASTMDJOJJ 1'.I]� .. Y1( Piy� .. ..-. . ... . ._.. ASTAIi)9ASItt)JOJI E1.25 PV( x<rPr�c � . .._ L>mu \���Prys � �•Urv15'.. AST.f {' )59 ..... . ' " EtrwimT Mdv� IT'.. ...__. a^tki��t� . ilil'ib F1:9 YICS Pipc.... . '. ._ .. � ... . .. , Ihme+dPiv C _..� '- -... � .. _ ASThIDIU]�. 10. . ... 112A ..ClCS nPipc .. INM1� (x �tia� ..-..'�( �aySenaPipc .... ASThiF619..... IBIo3]" . EIU).i :P�C> ..P'Pc.. '�- .•..._'BCmpvrylr< . � ....... ....._ ..,.__. ASi�libt9 is':� .. II/12: .. Ei.l9 Y\( i V � : �i \)k Pry� _.. '_ ' ( nhCen p� -.. �.. - .. ASITIF�91 . . • . . .. il > EIPii �liedClVkP\CPgc ..' ,-'_ u•N' CavnhPVCTnus.Pr}_< i ...nSTMD2nS0 d'�hhy,hl5". Owr.NPtv Cm�wr -_' .�r (� . _ .: .. . ' _ � `�.� F �. �f� t I..� . ._.... U�Y�.,�iPt Ccrnu-,awv� .... ... . ....... . . �ASTII80)FIu� .. . la'�u�f^ �1� ( <ef� er,.,.. ..... V\ i I 1 � ... .• ..�. . .. .. Ilat� .._... �[�P.1(. l N l.:s\nt I ... i. nJi• . ....: ..... . �s till.\I! Y 1 1� I YI��c �� .IS` . .. . . ., .. '_" , . (u.:t.�11� tiU i ;PVCS Pry H�DMI klCf _ ... ... .. ... -. � ..., �l��7 /�YlCS()rYI`<�Pi�'�fYCI)I 111_ L.�nl�i� PrK � l LnV�4 IICl41d%�kP�(< .. ASiMFb19 I6 /F•.. , EI41 �PICS P P..MI �.n,Ttti 1 n_ �o (>2G91 5 � �Y. I,iirtpmpj Pmf�[ScunP�c . .\STNF6>a - . ._ _I� e_ RchobiC_IPI' i . . .�s"-,�•�'ricar �- .. - .. . isw�s'._. �['wN Plx P K ',... .. _.. , � � r .., . .. . . ._. . . .5 � -� :.. �m � ._.. . 1� ,M, . �CVN P Pr} M1I n+IFmT M1Grt . ... ... .. ,iSil.lf 1210 . . .. . . . ('� ) Pl P ' ' - .� , �itk!uIL �JPLjiinvp2 ASTI.IFIEIRP)81) . .. Prt LSA �. p4siRchabq�ol I F ( � .... w; � � 5xr : tisrni r i±m � . . . .. . . FeN.W F , ViFe .. . .. . CWFmi P� � � .. . . . .. .._ .. . .. .... II,i119A ... ..... i<$ � la..... ' ..- . .. ... io.tuyi P'n i YmnT i Irc ... .. .. . FuU vl f {�� ... . - . .. � I�a� ufvm'Vupl�e• AStnl F.ISui ... .. . .. ILM.Yn ' .. :. N<ric�nPi�kYut�s.rc. .... . .. . r,sn Nr v,q � - tm.il�n� .. . n p a��„<�.n� tn.pi .' toJ dF P¢e , ..... . 41i1krPq�etr�CaT ... L�w�a"r tE +f �pq<kur ASTAIt.ISH 19]I�IBF> . ..L�4 Lrll C �H tf 1 51 f 1(i( II1MI1 �� -- �,_ ASTht F.�SOt F.19J) Ilp a IB divee �in . YI\I S� . . ... PIFf lt� � � .... � . . Ft�f OS rc;. 11 LNC ... Pcl� k.e . Y�iICuC Y r�.\Y'Y.M1 Ayy� �t1 �wt� . (H>)� .. . 1 atm.Nry t . hlhhk . H�'.c T�av AGP c.IP i�.uly ,P osnUtil.�. crs � .. a n < �,a, .... , Y�Y�+'S� AjryraNYie�w.�lj il W„+ �SI<1� .1C �S{�ns ... .. LU}`JJ ... �5�� ks�S«�Cvi Soi<r . . . . . . . .. . . . . .. Ad dYWu� ,�S> i.� luh�S ISpss .AIakISI '. AJ.a�.<lP�ol�<�y}��t�rta,la.� ' S4i.kvSlttlS �<tt,AfM�IS51 . ��. .... . .. .. uaoareo: o�nr�ae P� y3r¢0 0'( �I�artle I YtN2M] P�3a � CRY OF FORT WORTH'S STANDARD PRODUCTS LIST .... Satin�s .__ ... .. ._.- . ... --::. _._.. .._.. _. __. � L1'J1 Ep y� a5�simi _�5 Ix -... • .. S A �,IORS _..__UC y 210.1.1). .. . .. I ILllul . tf YL gS�st�m .... v R a Alvaub �-- _i:n h OJO»1116)S "__' ..._... __.. _.. ... �» ����� I ! nc�rt� �•ni_{ � Id � {h� ' A.i - \�'i,t l.11l � l �iiklnn�q�[(l�+l�. _.. . .... ... , .. . _.._ ..._"_....... 1"_.__ _ ._____......._.i ,. . . , ... .. .. ... ........... .. .. . . . . ._... ..._._.. ...�.. .. .......... ...... .. ..... r... . ___... �VA'I'ER ___.- --__ � _ _. _ . Yipc,Npkes C F iltin�„+�Co nb natiun Air Iieltia� . .. .. . .. . . . .. . . . .. . . . . . ���-il � t T �vRe4 �'ah�-...-... ._... ..G,\Irrfyv�cs.ln:. fnN�A �d1�.v�nnVahs.F1ak1915'��AST�tA�E6Cts�sI1.ASTh1A i'A2' fl.11 ... C ��mA'nN[sv<Vil.c � },1�_q4 Ai . fntwv.�Co � [�'v�A »f\ .miVlh AIM<I _ _... . .. -. tri'..i',(1' . . .. .. __ . _. . .. __..._ .._ .. . EI.II C �- xn,A'v_H�k \'n1�. . ....__V�:co_iPr_mv_rCnp.. . .. � APCOpiJ1C I�SCvdpli]C � .. . .. ...- ' I".2'.tl:. LID.Ea��'�Lcs �Wu�u b� � , r•iuin�.c . . - .. .. .. 0).':1,J3 21-1'/ � p I fxtm�y � S�yPptP�utr41m... ...-. A( hrrcc�l lFel d AtVWACI5lhC110 .. .. . . .. . . _. . . . .... .. _ . .... _ . .... . .. . ZI.[ii D I Fxt'v�s..... ... � pillnP�clhNe�u�CA F� Axill' f'M1lmgc �...- ANWACI�O .... .. _ .. . .- . .__ ... . __. . . _ .. E�i.U� ITat I t.v.�e .... MCWarxR�}nPydUrcmUtd:1'nsD Tt�hu� �i/ h'rg�.550Ct !So'. TWWACISf.CIl0,C111 � �.:ii.v� EI.a> t��hl�mFriwbc �--� thu.Flnye ... SmeslS�t �FlutPip�0. ner.. � . . _. . . ._... . . _ . . � .. ... . o31[u�,! F.I.UI Ttlhe..g� ... .... .56�:.« . .......__.'C i DlFiynY, ... .. ANACIiI .. ..f..1! . IiV�ol EI.U] � ��I:�rmlc�.riR �iw UrpaM.lrc - �rc�Nk 'NloveP+lrB AWNA IIICI16CI5) . _... ... . ... . .... _ _ _. _ ' �"�oli" ni.w:el F.I.ui s'iEm.6.e'4JAlavlu il/c4eN�u'eq .. .. Sy�a,Co SitmOrcWAtlwv�sillaa � TWl1AftliClSJ . i'iutJ` '. i.���n i�.,i' lu,.a I ' . -._ _ ._ . . . _.. . . . .raF'ik�+.... .�IYI A,ev�� , \I I �.a1�WVnrr - . t'11AC�t !^w_!' . ...... .. ........ . ... . ��,. . .. . ......... . ..;.... .. .... ....�.__._. ...._... ................ .....� . _ . .. ....... .. .___._.._ .. . .. .. . . YJ '�/Valves � f nt �sllic�ilicnt S.,a �_�,�Ga,�c Valvcr ' -... . '. .... F.1.:� � R 5 ��4� V -.--.- .... ............Cl,mVi.sCa .. .._. '"h�min n�.iii.i,..n ._16 .. . .. ... .._...... ... EI2e, 0. 5 �d4_ \eh� ..U_SPipeWt' ��Ca, � �Ieva�ISO yvmznbSPtu// , ��,uin' ...... e...»ni �.i3'OnHd! FI36 R 5.N4a<1>\i ......._. � MuritanAVl:Cam{wrl '��w�xn n5���.� .. _._ ..___". .... . .. _. .___ ..___. � _...._____ ._... FI�S6 R t SruNG�:<\'�h< StecYtum\il�nSFrtiin;� nuv,�,� ..i�,�yn�'�' ��.I.' � .... . I:I.t4 R L JU�dGuV�A�, .. ----A�u�rfu.. . � .... _ ---_ •..... ...... {.. !".12' . .. _ _..._ ._._. ,.. ; EI ]fi ...- H N 5 .i<ia \ Ax .... � ... .. Mh!{ ... ... � . � i J'.IZ' . .... 21.2n .� R ilmi5�ix3Ga �il.c ...• .. _ Kw�d� ...- ._..._ ._..... . ..�. . . . ..l'.12•... .... L134..... R SaNuu\'ah� �. Am�m fb.vCwd... ... W �rtus-AFC �...- _,.� � �l".1E'� ._.- ... ... ..__.. .. .. (YrR SL\t S�,vGnr_r Cba�\\C ... pnn�l)2�65'... __.� 2'a5:.a�k� . .. . .. _ - "___ ' H�F�ri\{W�eG_� Y� uSEurG��a Aenei FbxC�vait mF6mCa�ir�ISttrc�35(AO y.M9J1G3i__., ]o`S±l, . ....... .._... _ _.. ._- . .... , . A1 C ft'vi�nl\�'Ny t�\'il.x . .""__i.l lkrCan�.vrj _ D ir4.r.5GJ_ ... . �5• . . � . . . ... _ R f�lt�l\i'WbMG \ A<urm_G�ae�� Amu FW �Cur�N .. F_mFIm��CwrdS�eics15G0I � 911oi�].. . .. . �e ... . _._ ._ . .. . ._.-.__ ._.... ILI}q2 R �ur�N'N; C V h� ..r qnun Fb�C r<d . S i510 dS - 35JG �� AKM1{ACSIS ]G'.vil76` otJl,'vi .. ..... R umJN'N� G lilie. .. .Amnr.uiFW C �d.... �� S 2530 dS�rc�353J."_..�... AUNTCiIi"__ _.' lU'_�2i'....... � '_ .._ 05;1&9a Rnlxralt'�dg CweV.�h<. Am_em FbnCav+d ... .. Sm�t1516 . � AW\VACSIS , It' . . .... _ _ .._.. . ... ... ..._.. P1:6 k�.ntlN'hL GkVvhe -.. An�m FIanC�nrid .�... S<rxvE1(d .�_. A\NYACSPJ J'Io12' - _. _ ... ..___ ___... ...__ ..... _.. 4 Stu R.: \t'�d�( V�i�e Ann�nc F4rnCm�+W i2v.1i6,\FCiYA A\tWAC5i5 A7'in�l�B' S�lhl Li.16 ... R 1 a1l'N�e G Vil�e Amnrc _A\KCnna�uri�_. :.... .. ..�... ....... ,�N'ltACS� , J'iol?• Il�i�v> ... Rx'h�1t5'nfe(��eVaA�e .... .. Mu�ktCa � �����-"� SriesAU61 �. .... _ , 1WWAC515 16" _ .. .___._ ...... . ..... I:�.li� ft�s�`�.�ak'�ifleGye\'il�� ...- 1 C�Cu. �. ... :.....S�mA21!/JQ i9'.i D ,.... A�\WACSiS Sd'M1sm�!iee "". _._ . _ . . 01�3Yib4 Ft.16 �mN'nty�GveVil�t �C'n VahcCo ... . ....... _...... , AH'WTCSH 1"�11' . __... _ _ . . . .... ....... .......... IRrN�)� , . . kul4<_reu'Mg4��Vil�<.._. .....Cb \il.�la.. . ......._._ _ ....:...... AU'WACSIS..�. . ' le.' Ilui'+� k ..i'r� ( lil ...,.. . Ch 1aheCn. . .___ . : 1U'WAC315.__ 3i,s_rlsm�tla 1139tiN P wtlR.i�G V�M1< CbVA.Cu .,. __..(Yp ,l)6'C-515 ._ A\1'WAC5�5... _0`,rrdJG' _.... � 2i �l1 R'6nc t_ ti}�, G\ il� A ric A\ N Ccmp� � : G���R 1 I?.:. � Nt�N ua\il�e �i k<n��w_ �"-'"�I cif R!4".0 1 •.. Al �c'�Ir -.. .. a�J!f� .. ... -- _.. ... .... ._ __.__ ..._ ._ .,_..._ .. _ ..._._ . oiu,.� u� �ce,ty �Il�a . 11 ea A � 1.5.•.es�j : � b�rpi: �:',N�y. . ... .... ... ....... .. ....... .. ..... . .... . ..... ._..._.. . ......_...... . . � _, . .... . .... . '......_... P�..Nnh�yc f«in�dRubber Scalcd Buucrtly Vulrc . .. _ _ ._. .. _ _ . . . _..,. __.._ . Et-!0 ftliw3 NIl,winyVil.�. ..._..H�myprytCo.... ........ .... , ... AtV\vn('.So� }i' F.�.!0 R EM+Sy��iiw�aR/lnht \lueittCo . . . .. . .\NM'AC.501 ..... +J'....... i,ry rt.lU R!h S Nil lyV t. ... p�� ilV i C.. ... .. .. ....... Ak'NAC-SPI +i'aNLryir C.�11.0) LI.�U \ .�\�rv�ru � mt�Y.I�e \'�UVil�aJMtrt(n�wiyCT . 1'�t�xSk.yuperJC�vnvlw.l.rc.... A\V'IVAC-YN t,pbdJ'd'wrTi:i . -�1111���� __. ..._.. ... _ _.... . _ ;._.. ,_._ 1,'ILv6 - �N Samelird5u�m .... : . N ��rPXn.... . :.... 030VYa:nSmpt'_ey$u[v� �. . . . , . .. , . . ... . .. .. ..� . _ ..... .........:. . . . .........._..- . ....._. .......,.. ..... � ... . . . .. ..._....._..... _.._... .. . ..... ... . _ _. ._ . � . .... .. ....... ..'� .... ..... .. . . . ... .......... :..... .... _. .... �ryli rtcl.Pir k{vArunts._.. _. . t � . 1�01,'31 F.I13 U 0 �{iv�Hdrw � ..M_; D lv�ld�< � Dmn�N Y0.18(A3iYJlBSE4 '--... A\V'lt,\C.502.... . �Y > ._._.. ._.. G.r11�13 . E.I.i1 ... �RIt IFc�ll}G v � NrcM D i g\eh<__ � Sh�p� rcgt ?I.i9I 1 . AIVWAC.502 .., __....._ tM)�'�dt L+I.I1 D ff �IturHJnn .......� -CWnC �.._S nrglnD-19495 �..... ANWAC-502 .. .. ry ..} .. : P 1�rv�.. � Sk D OI�IL9J elll� Dyp li_rilyJnt .....� �ri� AITCun}vnl�_ � Mtt412100._ �... A\VNAGSV3 . . fa� ' ' � _._._ .._ . ..... �31�1A E111 ��yl IF�II��nee � 1 CbCv�ra�rn Dri�xiy,eD20135D10iJ6111M(4 AtVWAC,301... P.I�It Ury0 IFeri(Zdrml - f1TAmNyV 1 � � .. �SA�4p. .bt D_9tl]e)PN' � .. .- A11\tAC50E .... , . . . tn.Etilr�� li.l-13 pryl�.nelFvell�drvH ......� -�IRtIVil C_F'Y___ ` .SF.gD vgM1nll{)6 i..... ANM'AC-SOZ _... . ..._ ..... ...._ ihi�31� Elti � thy{i �G.<Il�druq .... ... ...,\I�C<rC�n{�vry .....�...5lpD yuAaW61 ."-"'"-AWWACSOS... ..- IaCA'.a1 L t 1�. . DryD IF"v<.liyiU i ... US YgeRtay.fry,___ Stepfha jr_ 96oE.0 �... �. AWt1,\C-Hi2 .. .. �N;IC;51 �1.1±.. Oryfiur�IFucH��lnn�...-'�-"'�"'- ..tV'..vnvsCarywy.. . .�..Shpp.. ;Nn5A11Gf�t �. ... AWIVAC.301 . ..... ..... .. 1tn�c ..��ns-�f£ . ... _ , 0! hi.IBA ... Pl \I �I4v�n .-....• Ess�l(+J I Nc��s.[rc ... . !.1 � �Ptr'c)x�ICIlid .. : . . .. CW;A.U.C.. 39�1� ..-. D�.,U SinNS�.1.ik .. � .. S MIILn _ ' . pJl]C a10<ubkSv�pS 41< • ... ..... . ... . 41 �I .. . SS T�m3 SuA14 - � 1CFI In2 .._ a� 6 Uwbk Oml iS SsL'<_ �.. .. i a.j+ �.y,�- . Ur OtJ 01 .. iyp��y5 .l �� 1C311N .�rc.�"� ' xA 5C tNTap�g5a41k �� � � ��13•lyu _� ...__ ._ �.__ .... _. ..'�`� ...IL \Iru�.�nlll�i , C[I lS�� ..f4. \Yfyi.l�u�x[II�J ... 14.c,"��` . i,��°n� L .._ __. . _. . . . �:I>;� \ Pla n �o.,� . ._.... .._.. �, - .. . ... nfi�.0 I�LxwIW fX\lfL�u�ilr< P6,�,1�1 , b,�",\" _ .. . f iy Ih}'Icnef �enx�nt.._ _.... . ....... .. ....... . . �. . . .. .... . . ..... . . . . : ��.�, ti.i� t.fi.l.�..�sr..i ..... .. ..Ik �Ix4i_u:�. ... f'. F���Er,r,. ..... .. �I��\li;�<. . .. .:�r�il.tf� � ��_� �.i�� A fyk L ��� �� ���sa {i. IYM. .... 1 luJll�tl. . � \' Snn lU .�.• tllf � r.V.a�nri ..... .. -' A1 s �li.i� t . �n�tlr�S(�.n4.�i!. . �1'1\A��:. . .in� 11� . I�trs _ ..._. .. 1.l.r4rv�.... ..._._ ...... ..� . . . . .p�,11 EI�I.S D Ch\Al�r .. .. A l:g"!'l..--.. ' NNr�I�CGIt>... Rct\'ah< � AN'IVACSIO � �•,��.. elOSW A�ierc�x0.n<\��.ulTuit'�x ......- Ilerscv .. . --Mvr,�lzpn�<Vme�l ...'� �A i�iftwi � i�i•.i: UPOAiEO: 0>IIlN6 VreparM 4/ cnar0el 12Fi2Mi1 Va9e 2 CITY OF FORT WORTH, TEXAS T"RANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 to the Specifications & Contract Doctmlents for 2008 CIP CONTRACT 5A CHRISTINE AVENUE, CHRISTINE COURT & QUINN STREET CIT'Y PROJECT NO. 01265 �-, �- -��1 , �. ;: - ,,,�-'"::_ . ' ,� ; 1 '• �`,,lid '* , �, , � ',. * ��� � .* _,_H:;�r��a..... ;Et�iri�,=-.' � . ...-.1.� -._..... �� �ll:��: �c:r�; :",:..''f i :. : � ...°`";:;;''� ; ,.��� .�.� l��%.�-�-�.-�--`'`' ��-•?J�--�' � r2-Z2=S�� Bid Submittal Due Date: December 15, 2011 Addendum No. 1 Issued: December 12, 2011 The Specifications, Contract Documents and Drawings for the above mentioned project are revised and amended as follows: ATTACHEMENTS: A. Bid Proposal Form-R2 CONTRACT DOCUMENTS: SECTION 00 42 43: BID PROPOSAL A revised electronic bid form is attached with this addendtml. ADD the following Bid Items to the Proposal Form Bid item Descri�tion Unit of Measure QTY 3-38 3212.0401 HMAC Trnnsition TON 15 3-39 Misa Utilit� Ar�jt�stmeiit (pre-bid itenl) LS 1 DELETE the following Bid Items to the Proposal Form Bid item Descr�tion Unit of Measure 3-21 3213.0700 Joint Seninnt LF CLARIFICATIONS: 1. All Joint Sealant shall be considered subsidiary to the bid items which requires joint seal (e.g. 7" Conc. Pvmt, et al). This Addendum No. 2 forms part of the Specifications & Contract Documents for the above referenced project and inodifies the original Specifications & Contract Documents of the same. Acknowledge your receipt of this addendum No. 2 in the space provided on the signature page of the Bid Proposal. �a Failure to acknowledge receipt of the Addendum No. 2 could cause the subject bidder to be considered "NONRESPON E", resulting in squalification. I�d�►�. � � � ✓ Cw. �ts�e � h �- n��� �, CbnS-►� t,k� 6-r,"i`)C� � Addendum No. 2 Page 1 of 1 Decernber 12, 2011 Il� �� �� Ik _ ` PROJECT MANUAL FOR THE CONSTRUCTION OF 2008 CIP CONTRACT 5A CHRISTINE AVENUE, CHRISTINE COURT & QUINN STREET City Project No. 01265 Betsy Price Tom Higgins Mayor Interim City Manager S. Frank Cruznb, P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION & PUBLIC WORKS DEPARTMENT 2011 DEOTTE, INC. TBPE REG #F-003116 r�r P.�� n�. �EX �lll `� i �*: •.*. *. ,r-"� .* .L'LAYTON �T. (?EDINGER. �.. 97497 .;�, t�lllisslv'^C Ai,SF���,.`'�"'•.. ��� /I �l�/ 00 00 00 - 1 TABLE OF CONTENTS Page 1 of 3 2 3 4 5 6 7 8 9 lo 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 45 46 47 48 49 SECTION 00 00 00 TABLE OF CONTENTS Divisiou 00 - General Conditions 00 OS 10 Mayor and Council Coinmunication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Afiidavit Q0 41.O:Q B�d:Foix�ri 00 42 43 Proposal Form Unit Pi-ice 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequali�cations 00 45 12 Prequali�cation Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 39 Minority and Women Business Enterprise Goal 00 52 43 Agreement 00 61 13 Perfonnance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01- General Reqnirements O1 11 00 Summa�y of Work Ol 25 00 Substitution Procedures Ol 31 19 Preconstruction Meeting O1 31 20 Project Meetings Ol 32 16 Construction Progress Schedule Ol 32 33 Preconstruction Video Ol 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modiiications to Traffic Control O1 57 13 Stonn Water Pollution Prevention Plan Ol 58 13 Temporary Project Signage O1 60 00 Product Requirements Ol 66 00 Product Storage and Handling Requirements Ol 71 23 Constzuction Staking Ol 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data Ol 78 39 Project Record Documents Division 02 - Existing Conditions CITY OP FORT WORTH 2O08 CIP Contract SA CluYstine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 000000 -3 TABL� OF CONTENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 33 39 30 Fiberglass Manholes 33 41 10 Reinforced Concrete Stor�n Sewer Pipe/Culverts 33 46 00 Sub Drainage 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drain Headwalls and Safety End Treatments Division 34 - Transportation 34 41 30 Aluminum Signs 34 71 13 Traffic Control Appendix GC-4.01 GC-4.02 GC-4.04 GC-6.06.D GC-6.07 GR-01 60 00 Availability of Lands Subsurface and Physical Conditions Underground Facilities Minority and Women Owned Business Enterprise Compliance Wage Rates Product Requireinents 19 END OI' SECTION C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Stceet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 C 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 001113-I INVITATION TO BIDDERS Page 1 of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of 2008 CIP Contract SA Christine Avenue, Christine Court & Quinn Street, City Project No. 01265 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 I'.M. CST, Thursday, December 8, 2011, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Unit I — Water Improvements 1,650 LF 8-Inch Waterline By Open Cut Unit II — Sewer Improvements 900 LF 6-Inch To 8-Inch Enlargement — HDPE Sewerline 550 LF 8-Inch Sewerline By Open Cut Unit III — Paving & Drainage Improvements 150 LF 36-Inch Rcp Storm Drain Line 6,850 SF 6-Inch Concrete Driveway 7,900 SY 6-Inch Concrete Paving P12EQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualiiication and pre- qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUR�MENTS Bidding and Contract Documents will be available on November 14, 201 l. 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 o�v.org/purchasin�/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from DeOtte, Inc. which is at 2553 E Loop 820 N, Fort Worth, Texas 76118. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $100.00 Set of Bidding and Contract Documents with half size (if available) cirawings: $75.00 PREBID CONF�R�NCE A prebid conference may ba held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: November 21, 2011 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 00 21 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 2 3 4 5 6 7 8 9 10 Il l2 13 14 l5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Definecl Terms 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are de�ned in Section 00 72 00 - GENERAL CONDITIONS. l.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular• and plural thereof. 1,2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, frm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3,1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the tinne of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 I1, 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 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTIbN SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 201 I 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 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 information as the City, in its sole discj•etion may requir•e, including but not limited to manpower and equipment t•ecords, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted inforniation, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if t•equested, may be grounds fot• rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, aud Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Cont��act Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and of�cially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the W ork. 4, l 3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after procnulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actuall� written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 002113-3 INSTRUCTIONS TO B[DDERS Page 3 of ) 1 4.1.6. Perform independent research, investigations, tests, borings, and such other means 2 as may be necessaiy to gain a complete knowledge ofthe conditions which will be 3 encountered during the construction of the project. On �•equest, City may provide 4 each Bidder access to the site to conduct such examinations, investigations, 5 explorations, tests and studies as each Bidder deems necessa�•y for submission of a 6 Bid. Bidder must fill all holes and clean up and restore the site to its fotmer 7 conditions upon completion of such explorations, investigations, tests and studies. 8 9 4.1.7. Determine the difficulties ofthe Work and all attending circumstances affecting the 10 cost of doing the Work, time required for its completion, and obtain all information 11 required to make a proposal. Bidders shall rely exclusively and solely upon their 12 own estimates, investigation, research, tests, explorations, and other data which are 13 necessary for full and complete information upon which the proposal is to be based. 14 It is understood that the submission of a proposal is prima-facie evidence that the I S Bidder has made the investigation, examinations and tests herein required. Claims 16 for additional compensation due to variations between conditions actually 17 encountered in consh�uction and as indicated in the Contract Documents will not be 18 allowed. 19 20 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 21 between the Contract Documents and such other related documents. The Contractor 22 shall not take advantage of any gross error or omission in the Contract Documents, 23 and the City shall be permitted to make such corrections or interpretations as may 24 be deemed necessary for fulfillment of the intent of the Contract Documents. 25 26 27 28 29 30 31 32 33 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 34 4.2.2. those drawings of physical conditions in or relating to existing surface and 35 subsurface structures (except Underground Facilities) which are at or contiguous to 36 the site that have been utilized by City in preparation of the Contract Documents. 37 38 39 40 41 42 43 44 45 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 "technica] 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 Pai•agraph SC 4.02 ofthe Supplementa►y Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 201( I 2 3 4 5 6 7 8 9 10 Il 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 OOZI 13-4 INSTRUCTIONS TO QIDDERS Page 4 of 9 4.3. The submission of a Bid will constitute an incontT•overtible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Conti•act Documents and the wi•itten 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 undei•standing of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be perfarmed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid fot� 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 Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the awai•d of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the pr•oject that do not require permits and/or easements. 6. Interpretations and Addenda CITY OF FORT WORTH 2O08 C[P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I ooai �3-s iNSTRUCTIONS TO BIDDGRS Page 5 of 9 ] 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpeetations or clarifications considered necessaiy by City in r•esponse to such questions will be issued by Addenda delivered to all parties recor•ded by City as having received tl�e 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 Fot•t Worth 1000 Throckmorton Street k'ort Worth, TX 76102 Attn: Wilma Smith, P.E., Transportation Public Works Department Fax: (817) 392-6670 Email: wilma.smith@fortworthgov,org Phone:(817)392-7977 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:/lprojectpoint.buzzsaw.comlclient/fortworthgov/Infrastructure%20Projects/01265 %20-%20Christine%20Ave%20Christine%20Ct%20Quinn%20St%20- %202008%20CIP%205ABid%20Package?public 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 wil] transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's m�imum 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 ofthat Bidder will be forfeited. Such forfeiture shail 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 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 002113-6 INSTRUC('IONS TO BIDDGRS Page 6 of 9 1 2 3 4 5 6 7 8 9 10 ll 12 l3 14 15 16 17 l8 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 8. Contract Times The numbei� 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 fo�ih in the Agreement or incor•porated therein by reference to the attached Bid Fonn. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Conh�act, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "o�-- equal" item of material or equipment may be fw•nished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until aftef� the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. ofthe General Conditions and is supplemented in Section Ol 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Othei•s l l.l . In accordance with City Ordinance No. 15530 (as amended), the City has goals for the participation of minority business and women business enterpr�ises 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, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effoi-t Form (with "documentation) and/or Joint Ventui•e Fot•m as appropr•iate. 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 pei•son 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. l 2.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Foi•m. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legib]y. 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 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 002113-7 INS'I'RUCTIONS TO BIDDERS Page 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1& 19 20 21 22 23 24 2� 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 12.3. Bids by corpoi•ations shall be executed in the cot-porate name by tlle president or a vice-pr•esident or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in tl�e partnership name and signed by a pa�-tner, whose title must appear under the signature accotnpanied by evidence of authority to sign. The official address of the partnership shall be sl�own 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. l 2.8. 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 manne�� indicated on the Bid Fornl. The official address of the joint venture shall be shown. All names shall be typed or printed in ink below the signatw�e. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. l 2.1 l. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separ•ate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids l 4. l. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. CITY OI' FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 002] 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 2 3 4 S 6 7 8 9 10 11 12 13 14 IS l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Sl 14.2. Bidders may modify their Bid by electr•onic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and majo►� alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid secw�ity prior to that date. 17. �valuation of Bids and Award of Contract 17.1. City reserves t}�e right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best intei•est of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Biddei� 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 infoi7nalities not involving price, contract time or changes in the Wor•k 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 ther•eof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the woi•ds. 17.1.1. Any or• all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other pei•sons and organizations proposed for those por•tions 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 incoi�poration 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, quali�cations, and fnancial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMfiNTS City Project No. 01265 Revised July l, 20l 1 002113-9 INSTRUCTiONS TO BIDDERS Page 9 of 9 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 l 7.4. 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 Conti•act is to be awarded, it will be awai•ded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to TeYas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a�-esponsible Texas Bidder by the same amount that a Texas i•esident biddei• would be i•equired to underbid a Nonf•esident Bidder to obtain a comparable contract in the state in which the nonresideni's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successfii] Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within l 4 days thereafter Conh•actor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OP FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pro,ject No. 01265 Revised July 1, 201 I 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page I of 2 �_ i 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 2� 28 29 30 31 32 33 34 35 36 S�CTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Foi�rn) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below, http://www.ethics.state.tx.us/forms/CIQ.pdf http:Uwww.etl�ics.state.tx.us/forms/CIS.pdf � d u 0 CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: � na�tS�e ►'' �,�1-�� �-� � a� 1 i�, U° Company . D. i3D x I�'� �l g Address . b�' .� ���►-,_, I X � l� I l�1 City/State/Zip sy: J e � (Ple P int) ✓ L.L� Signature: Title: ��� ic�� �, (Please Print) CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clu•istine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 003513 -3 CONFLICT OF INTEREST AFFIDAVIT Page 3 of 3 _ L,t7CA,i. ��1/EF�NNt��f�' t�FFI��R Ft�RM ��� +CC?t�i��.i�TS� iiE��L�iSUR� �"i`ATEi�i�P�i (In..�!ru�tion� ia compie�fng �nd �at� this iarzn ara prarrtdeci an the nert p�g�.j �'hie r�ua��cnna[ra rsz��ls cnang�e rnartl� io tr�e !aw dy �.a. saa�, �oth �eg.. F�egut�r Sa�aiun, i�lCEtiBEITlW.Y This is titie rr�lice ta fire apprnpeiate tc�:aa gt>vemmpnial ersl:ity �hat the golin�vvin�i lncat �avemrarentaffitserhasbecameavr�n���factsihatr�quirethea'iic�ria�itethlssiat�nk c�,a•.: rxce���a in accc+rdsnc� with Ghapt�r 17€t. Lt�at C,�overnrncr�t ���. t Name of LoGai �nv�rnm�nt Otf'ia.er � OFfia� Hcld � N�me nf person de�uribed i�y Se�tior�s '17�.U0?{a} an8 �l76.003(a}. l.o�t i3ovemment �Code # p�scriptivn ot the naYure and ex#enf: vf �mployme�t nr ok�er tsusineas iretaNaaship �ariih p�r�san narn�d 3n ttem � $ List gHfi,s �r�ce t�d by �h� 3ac�i garemm�nt afti�ar an� a�ny famii� m�mber. e�tudin�g gt� dsscr�6ed by ��aSion 176.4tt3�a-1 �, i�aggxeg�te value nf the giRs mcaept�cf iram perr�on narned lr� item 3 exc�d 525� during #hg 42»tns�rrth �eriod des�ihed hy S�atian i7&:pU3iaJCZf�83 t?aEe GiRAaaspted £7e�eript�on of Gitt Date GiftA�aep#ed IiQsori�Nw� 01 Gift C?�te {3iftAcaepted. �3esc�'sption ai Gift (aEta�h �dditlan�I �srrnz �� n�ss�y} � A�FH)AVtT t swr�r Urn�r pea��iity ca p€�tj+�y ttiat tna aeantr a�at,�nt �s 4�a�.+ �aru a�r�ct a a�1�h��ge th�l ll�e dlsrstosut� r�s�tes ta a�'asntly tnarr�et (as �71ne�f by �c#t�n 176.tk�iC3l, Roeal C3aue�m�ttt Gac�j dt th�s ta�at ga�r�srime+�t a11Nx�. 1 aisa aefnta�3edga tl't� ft�a sWtFtrl�t CiYr'@f� `,�t 13�iltGlill3 p�t'iotl tfESCY�)M1 by SpG11lNt 17s3.pfl��}. LS� �tiYean'q�{tE �fe. �31t�id�tlt� W' t,4t� £a0'i19i1tYf8t!# (7tlif� Af�t% NOtAt�tY 87AMP t ti�Al ��GdV� Srotonttoa»qxuC�,.sYbadbeTantttte.bythCSnttl. tMim4ht dt� Ct„_�,,,,,, 2�.,,,,,,,.,,..„_, . to crlti'2y whF�h, u�Kn�'��� rrsy tt�and �wrdi snal isltHllce. sktnsaure�torri�cera�m�n#zseerrcg�acn wHrn�anam�ra4a+ricaravrnmtstcrtnY7aarn 'rLnrsNzrfrtcera�tlmk�iatarinyflath Atlbpt�tl 03P29�QpT 1 2 END OF SECTION CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 , Ctevised July 1, 2011 � i �'y-� � � �' �. h'c ° 0.�: 0o a � o0 B1D PORM Page I of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 1265 Units/Sections: 1. Enter Into Agreement 2008 CIP CONTRACT SA CHRISTINE AVENUE, CHRISTINE COURT & QU[NN STREET UNIT I; WATER IMPROVEMENTS UNIT II; SEWER IMPROVEMENTS UNIT III; PAVING & DRAINAGE IMPROVEMENTS The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance �vith the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including witltout limitation those dealing �vith 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 a�vard. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individuai or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or co�poration. 2.4. Bidder has not directly or indirectiy 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 fi•om bidding. 2.6. Bidder has not engaged in corrupt, fi•audulent, collusive, or coercive practices in competing for the Contract. For tlle purposes of this Paragraph: a. "coirupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowtedge of City, a purpose of which is to estaUlish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directiy or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Conh�act. CITY OF �ORT \VORTH STANDARD CONSTRUCTION SPECIPICATION DOCOMEN7'S Ponn Revised 20110627 2008 CIP SA 0o a i o0 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the fotlowing work types must be performed only by prequalified contractors and subcontractors: a. Water [mprovements b. Sewer Improvements c. Paving Improvements d. Drainage Improvements 4. Time of Completion 4.1. The Work will be complete For Final Acceptance within 210 days after tlie date when the the Conh�act Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within tlie times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form Section 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 additiona( documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bici Amount 6.1. Bidder will complete the Work in accordance,�vith the Contract Documents for the follo�ving bid amount. In the space provided belo�v, 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 amount entered belo�v is subject to verification and/or modification by multiptying the unit bid prices for each pay item by the respective estimated quantities shown in this ' proposal and then totaling alt of the extended amoimts. Total Bid $745,406.75 CITY OP' I'ORT WORTf{ STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS Fom� Revised 20110627 2008 CIP SA 00 41 00 61D FORN[ Page 3 of 3 7. Bid Submittal � This Bid is submitted on 12/15/2011 ' Respectfully sub '`/✓d,7� ��. By:'� (Signature) � Jerry Conatser (Printed Name) Title: President Company: Conatser Construction TX, LP Address: PO Box 15448 Fort Worth, Texas 76119 State of Incoiporation: Email: ierrvCa)conatser.com Phone: (817) 534-1743 END OF SECTION � by the entity named belo�v. Co�porate Seal: CITY OP �02T NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I �omi Revised 20110627 2008 CIP SA 7 00 �z as BID PROPOSAL Page 1 of3 SECTION 00 42 43 PROPOSAL FORM�R2 UNIT PRICE BID Bidder's Application Project Item Lifonnation I Bidder's Proposal Bidlist It No. 1-I 1-2 1-3 1-4 l-5 1-6 I-7 t-8 I-9 1-10 t-il 1-12 1-13 1-14 I-IS 1-16 1-17 - _. __ Specification Unit of B�d uantit Unit Price Bid Value Description Section No. Measure Q y 0241.1012 Remove 6" Water Line 02 41 1�} LF 1630 $0.50 $815.00 0241.1302 Remove G' Water Valve 02 41 14 EA 4 $50.00 $200.00 02411510 Salvage Fire Hydrant. _ _ 02 41 14 EA _ 1 $200.00 $200.00' 0241.1512 Salvage I" WaterMeter _ __ 02 41 14 EA 34 $25.00 $550.00 3201.0111 4' Wide Asplialt Pvmt Repair, Residential 32 01 17 LF 20 $30.00 $600.00 3201.0400 Temporary AspUalt Paving Repair 32 Ol 18 LF 2325 $8.00 $18,600.00 3304A101 Temporary Water Services 33 04 30 LS 1 $5,000.00 $5,000.00 3305.0109 Trench Safety _ _ _ 33 OS 10 LF 1640 $0.10 $164.00 3311.0001 Ductile Iron Water Fittings 33 I 1 11 TON 0.8 $3,500.00 $2,800.00 3311.0161 6" PVC WaterPipe 33 11 12 LF 50 $28.00 $1,400.00 3311.0261 8" PVC WaterPipe . 33 11 12 LF 1630 $30.00 $48,900.00 _ _ _ 3312.0001 Fire Hydrant __ _ __ 33 12 40 EA _ 1 _ _$2,500.00 $2,500.00 3312A102 Conuection to Existing 6" Wa[er Main 33 12 25 EA 3 $600.00 $1,800.00 3312.2001 1" Water Service, Meter Relocatiou 33 12 10 EA 5 $200.00 $1,000.00 3312.2003 1" Water Service 33 12 10 EA 46 $700.00 $32,200.00 33123002 6" Gate Valve 33 12 20 EA 1 $800.00 $800.00 II33123003 _ 8" Gate Valve 33 12 20 EA 5 $950.00 $4,750.00 CITY OP PORT �VORTH STANDARD CONST2UCTION SPECIP(CATION DOCUbtENTS Fomi Revised 2011 OG27 2008 CIP SA 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSAL FORM�R2 UNIT PRICE BID Project Item [nfonnation Bidlist Ii No. 2-1 2-2 2-3 2-4 2-5 2-6 2-7 2-8 2-9 2-10 2-11 2- I 2 2-13 2-t4 2-IS 2-16 2-17 2-18 2-19 2-20 2-21 2-22 Bidder's Application Bidder's Proposal Description Specificatim� Unit of Bid Quantity Unit Price Bid Valtte Section No. Measure 024L0500 Remove Fence _ 02 41 13 LF 120 $5.00 $600.00 024L2012 Remove 6" Sewer Line 02 41 14 LF 540 $1.00 $540.00 0241.2201 Remove 4' Sewer Manl�ole 02 41 14 EA 3 $500.00 $1,500.00 _ _ _ _ _ __ _. _ _ _ _. 3110.0102 6"-12° Tree Removal ___ 31 10 00 EA I $600.00 $600.00 3110.0103 12"-18" Tree Removal 31 10 00 EA I $700.00 $700.00 3110.0104 18"-24" Tree Removal 31 10 00 EA 1 $800.00 �800.00 3201.0400 Temporary Asphalt Paving Repair 32 Ol 18 LF 565 $8.00 $4,520.00 3231A111 4' Chain Link, Steel , 32 31 13 LF 120 $15.00 $I,800.00 3301.0001 Pre-CCTV Inspectio�} 33 Ol 31 LF 1430 52.50 $3,575.00 3301.0002 Post-CCTV Inspection 33 Ol 31 LF 1430 $2.00 $2,860.00 3301.0101 Manhole Vacuum Testing 33 01 30 EA 8 $100.00 $800.00 _ _. _ 3305.0109 Trench Safety __ 33 OS ]0 LF 540 $3.00 $1,620.00 3305.0113 Clay Dams __ 33 OS 15 EA 5 $200.00 $1,000.00 3331.0103 8" Sewer Pipe, Point Repair _ 31 23 LF 20 $80.00 $1,600.00 3331.1102 8" Pipe Enlargement_ _ 33 31 23 LF 890 $60.00 $53,400.00 3331.1201 Service Reinstatement, Pipe Enlargement 33 31 23 EA 27 $1,000.00 $27,000.00 33313102 4" Sewer Service, 2-Way Cleanout _ 33 31 50 EA 10 $200.00 $2,000.00 3331.5301 8" PVC Sewer Pipe, 0' to 6' (Mise Only) 33 31 20 LF 183 $32.00 $5,856.00 3331.5304 8" PVC Sewer Pipe, 6' to 8' (Mise Only) 33 31 20 LF 357 $34.00 $12,138.00 _ _ . _ __ _ 3339.1001 4' Manhole 39 20 EA 5 $2,800.00 $14,000.00 3339.1003 4' Extra Depth Manhole 39 20 VF 3 $I50.00 $450.00 3339.1004 4' SUallo�v Manhole 39 20 EA 3 $3,000.00 $9,000.00 CITl' OF PORT NORTH STANDA2D CONSTRUCTtON SPECIFICATION DOCUMENTS Form Revised 201 I0627 2008 CIP SA 00 42 -03 B[D PROPOSAL Page 3 of 3 SECTION 00 42 43 PROPOSAL FORM�R2 UNIT PRICE BID Bidder's Application Project Item Infonuation Bidder's Proposal Bidlist Item Specification Uuit of B�d uantit Unit Price Bid Value Description Section No. Measure Q y No. _ _ _ _ . _ _ 3-1 024L0100 RemoveSide�valk 024113 , SF 675 $1.00 5675.00 3-2 0241.0200 Remove Step 02 41 13 SF 50 $G.00 $300.00 3-3 0241.0300 Remove ADA Ramp __ 02 41 13 EA 2 $300.00 $600.00 3-4 0241 A401 Remove Concrete Drive 02 41 13„ SF 6600 $2.00 $13,200.00 3-5 0241 A402 Remove Asphalt Drive _ 02 41 13 SF 200 $1.50 $300.00 3-G 0241.0600 Remove Wall <4' 02 41 13 LF 90 �10.00 $900.00 3-7 0241.0700 Remove Mailbox _. 02 41 13 EA 10 $100.00 $1,000,00 3-8 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 4100 $4.00 $16,400.00 3-9 0241301I Remove 15" Storm Line 02 41 14 LF 125 �10.00 $I,250.00 3-10 0241.4001 Remove 10' Curb Inlet 02 41 t4 EA 2 $300.00 $600.00 3-t l 0241.4401 Remove HeadwalUSET 02 41 14 EA l $500.00 �500.00 _ _. 3-12 3110.0101 Site Ciearing _ _ __, 31 10 00 LS _ 1 $I,000.00 $1,000.00 _ __ 3-13 3123.0101 UuclassifiedExcavation 312316 CY 1775 $I2.00 $21,300.00 3-14 3125.0101 SWPPP >_ 1 acre 31 25 00 LS 1 $500.00 $500.00 3-IS 3211.0400 Lime _. 32 ll 29 TN _ 120 $IS0.00 $18,000.00 3-16 321t.0501 6'Lime'CreaM�eut, __ __ 321129 SY 8515 _$3.00 $25,545.00 3-17 3212AG01 HMAC$peedCushion _ 32121G EA 2 $600.00 $1,200.00 3-18 3213A102 7" Conc Pvmt 32 13 13 SY 7910 $32.00 �253,120.00 3-19 3213.0301 4" Couc Side�vatk 32 13 20 SF 1775 $2.85 $5,058J5 3-20 3213.0401 _ 6" Coucrele Drive�vay 32 13 20 SF 81 SO $G.00 $48,900.00 3-�� ��t�n�n��r •...ca.,i�.a...... .. . .,. .- 32--(�3.. �F ,.. .. .. .._ --. . 3-22 3216.0102 7" Conc CurU 32 16 13 LF 4490 $1.00 $4,490.00 3-23 3217.0303 12" SLD Pvmt Markiug Tape (W) _ 32 17 23 LF 50 $10.00 $500.00 3-24 3232.0202 TxDOT Std Re[ Wa11- RW 1(L) B 32 32 13 SF 90 $30.00 $2,700.00 3-25 3291A100 Topsoil . 329119 CY 530 $16.00 $8,480.00 3-2G 3292.0100 Block Sod Placement 32 92 13 SY 4800 $2.85 $13,680.00 3-27 3305.0107 Manliole,AdjusMieut, Minor _ 33 OS 14 . EA 4 $300.00 $1,200.00 3-28 3305.0109 Trench Safety _ _ 33 OS 10 LF 135 $2.00 $270.00 3-29 3305.011 t Va(ve Box Adjushnent 33 OS 14 EA 8 $100.00 $800.00 3-30 3341.0302 30" RCP, Class III 33 41 ]0 LF 135 $75.00 $10,125.00 3-31 3346.0101 6" Pipe Underdrain, Type I 33 46 00 LF 200 $10.00 $2,000.00 3-32 3349.4107 30" SET, 1 pipe _ 33 49 40 EA 1 $I,500,00 $1,500.00 3-33 3349.5003 20' Curb Inlet 33 49 20 EA 1 $4,200.00 $4,200.00 3-34 3441.4006 Install Alum Sign Ground Mowrt 34 41 30 EA 4 $400.00 $1,600.00 3-35 3471.0001 Traffic Control 34 71 13 MO 6 $200.00 $1,200.00 __ 3-36 3471.0003 Traffic Coutrol Details 34 71 13 EA 1 $4,500.00 $4,500.00 3-37 Relocate Maiibox EA (0 _ $200.00 �2,000.00 3-38 3212.0401 HMAC Transition 32 12 16 TON 15 125.00 $1,875.00 3-39 Misc. Utility AdjusMient (pre-bid item) LS 1 $5,000.00 $5,000.00 Bid Summary Base Bid Unit I; Waterlmprovements _ $122,579.00 Unit IL• Sewer Improvements $146,359.00 Unit III; Paving & Drainage Improvements $476,468JS Total Bid $745 406.75 CITY OP �ORT NORTH STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS Ponn Revised 201 t0627 2008 C[P SA 0o as 3� VENDOR COMPLIANCE TO STATE LAW Page I of I SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Tesas Government Code Chapter 2252 was adopted for the award of contracts to nonresident Uidders. This law provides that, in order to Ue awarded a contract as low bidder, nonresident bidders (out-of-state contractors wliose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the ]o�vest Texas resident bidder by the same amount diat a Texas resident bidder would Ue required to underbid a nonresident bidder in order to obtain a comparaUle contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your Uid to meet specifications. Tlie failure of nonresident Uidders to do so �vill automatically disqualify that bidder. Resident Uidders must check the Uox in Section B. A. Nonresident Uidders in the State of State Here or Blank ', , our principal place of Uusiness, are required to be % Here ; percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of ' State Here or Blank , our principal place of Uusiness, are not required to �mderbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑' BIDDER: Company: Conatser Construction TX, LP Address: PO Box 15448 Fort Worth, Texas 76119 Date: I�,' � S' o2d )� —� END OF SECTION , �_ CITY O� PORT WORTH STANDARD CONS7'RUCTION SPECI�ICATION DOCUMENTS Ponn Revised 20110627 2008 CIP SA 00 45 11 - 1 SIDDERS PREQUALIFICATIONS Page 1 of 2 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 3� 38 39 40 41 42 43 44 SECTION 00 45 11 BIDDERS PIZEQUALIFICATIONS l. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequaliiication Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requiz�ements below. The prequalification process will establish a bid limit based on a teclmical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must iile the information by the 31 st 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 fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DIINS number �nay be obtained at www.dnb.com. d. Resumes reflecting the constiuction experience of the principles of the �rm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Ct�ristine Court & Quinn Street STANDARD CONSTRUCTION 5PECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 00 45 I 1- 3 BIDDERS PREQUAL1FiCATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the coutractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 ' 6 7 0 � END OF SECTION C1TY OF FORT WORTH 2O08 CIP ConG-act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 � I 11 � 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 I� �J LI �� 00 �is �i - � PREQUALIFICATION STATEMENT Page I oi� 1 SECTION 00 45 12 PREQUALIFrCATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors vvhom they intend to utilize for the major• work type(s) listed. Major Work Contractor/Subcontractor Company Name Prequaliiication Ty e Ex iration Date Water ��. ab) �. Im rovements � D �'�ci r Sewer I Im rovements � �} " � � U�! �� � � � a Paving & Drainage r '�"' O � GS/ a�� �J Im rovements �DYlct��'' l. �f j�(�L I The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: ��� .� �,��-I-r(.c. C,'i J'� t�. L� BY: Company �(� �j o �( I�J 4 4� � Sigr Address i—t� l-� I�) t����, � X �(� I I Gl Title: � (�C!�'��1�' City/State/Zip (Please Print) Date: I a- I� cJ �� � END OF S�CTION CITY OF FORT WORTH 2O08 C1P Contnct SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIr1CATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 / v /� ��� ���� ( � S�CTIOI�100 45 13 �IDDEl� P��QLTAI.IFICATIC)1�1 �PPI,ICATI01� Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) Telephone Area Code Number Marlc only one: Q Individual a Limited Partnership Q General Partnership � Corporation �Limited Liability Company City State City State Fax Area Code Number Zip Code Zip Code E-mail Address Texas Taxpayer ldentiiication No. Federal Employers Identiiication No. DITNS No. (if applicable) MAIL THIS QUESTIONNAIRE ALONG WITH FINANCIAL STATEMENTS T0: CITY OF FORT WORTH TEXAS 1000 THROCKIvIORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PR�QUALIFICATION APPLICATION" 00 45 26 - 1 CONTRAC7'OR COMPLIANCE W1TH WOI2ICER'S COMPENSATION LAW Page I of 1 2 3 4 5 6 7 8 9 10 li 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 s�c� ION oo as 2� CONTRACTOR COMPLIANCE WITH WOI2KER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 01265. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractar's certificates of compliance with worker's compensation coverage. CONTRA.CTOR: C�l �'Y'�'�S��d�'l�'i'il�l� 18->'t �!� �� By: U�r��l ��1G1�—,SP 1� 1 Company (Please Print) ��� �C � Cj �, � O Signature:� Address ib Yk. _ W b�( �-� , � %� � �D� � Title: ���i�`itll -� City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME he undersigned authority, on this day personally appeared �.p � ����c,�,-�� � , known to me to be the person whose name is subscribed to the foregoing mstrument, and acknowledged to me that he/she executed the same as the act and deed of �ir��,��� a(;� ;F3r-�� L.P for the purposes and consideration therein expressed and in the capacity therem stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 15�'h day of �P � P V� � , 201_� . �� Notaiy Public in and for the State of Texas �ND OF S�CTION .����y;� � V1CK1 L, OLSON �t�,`•� Y� `'�; Notary Public, State of Texas NIy Commission Expires =°�;, ,�.}'� November 12, 2013 �� � o� ,���,. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clv9stine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. O12G5 Revised luly 1, 2011 00 45 39 - ] 1v11NORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 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 S�CTION 00 45 39 MiNORITY A.ND WOMEN BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY Tf the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJ�CT GOAL The City's M/WBE goal on this project is <Xnsert,��ro��ct got�l percerttti�ey % of the total bid (Base bid applies to Par�lcs and Comr7zunity Services). COMPLIANC� TO BID SPECII'ICATIONS 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 OI' I2EQUIRED DOCUMENTATION l. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) working days after the or exceeded: bid o ening date, exclusive of the bid opening date. 2. Good Paith Effort and Subcontractor received by 5:00 p.m., five (5) working days after the Utilization Form, if participation is less than bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., iive (5) working days after the Utilization Form, if no M/WBE artici ation: bid o ening date, exclusive of the bid o ening date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., fve (5) working days after the erform all subcontracting/sup lier work: bid o ening date, axclusive of the bid o enin date, 5. Joint Venture Fonn, if utilizing a joint venture received by 5:00 p.m., five (5) working days after the to tneet or exceed goal. bid o ening date, exclusive of the bid o ening date. �ND OF SECTION CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Coutt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised OctoUer 27, 201 I �' f-�� 1 2 � 3 SECTION 00 52 43 AGREEMENT AGREEMENT THIS AGREEMENT, is made by and between 4 The City of Forth Worth, a home rule munici,pal corporation in the State of Texas, actinQ bY and 5 through its City Mana�er, hereinafter called Citv, and Conatser Construction TX, LP, a limited 6 a� rtner (legal description, e.g, corporation, LP, LLC), authorized to do business in Texas, acting 7 by and through its duly authorized representative, hereinafter called Contractor. City and 8 Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 9 Article 1. WORK 10 11 12 13 14 15 16 17 18 19 20 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Proj ect 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: 2008 CIP Contract SA Christine Avenue, Christine Court & Ouinn Street Citv Project No. 01265 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 210 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Liquidated damages 25 26 27 28 29 30 31 32 33 34 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 difficulties 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 Four Hundred Twentv Dollais ($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. 00 52 43 - 1 Agreement Page 1 of 5 OFFICIAL RECORD CITY SECRETARY FT, WORTH, TX CITY OF FORT WORTH 2O08 CIP Cont�act SA Chiistine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 00 52 43 - 2 Agreement Page 2 of 5 l 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contc•actor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of Seven Hundred Fortv-�ve Thousand Four Hundred 38 Six and 75/100 Dollars.. .($745,406.75 ) 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 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 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: l. This Agreement. 2. Exhibits to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non Resident Bidder 3) Prequalification Statement 4) State and Federal documents b. Current Prevailing Wage Rate Table c. Insurance Accord Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MWBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications as included in the Project Manual. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Ordeis. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION z:_.._----�- - _�.,_ T--=-- pFF��►pL RECORD CIiY SECRETARY �4. WORTH, TX CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Qui�m Street S"tANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 00 52 43 - 3 Agreement Page 3 of 5 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its of�cers, servants and employees, from and against any and all 74 claims arising out of, or alleged to arise out of, the work and services to be performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is snecificallv intended to operate 77 and be effective even if it is alle�ed or proven that all or some of the dama�es bein� 78 sou�ht were caused, in whole or in part, bv anv act, omission or ne�li�ence of the city. 79 This indemnity provision is intended to include, without limitation, indemnity for 80 costs, expenses and legal fees incurred by the city in defending against such claims and 81 causes of actions. 82 83 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 84 the city, its officers, servants and employees, from and against any and all loss, damage 85 or destruction of property of the city, arising out of, or alleged to arise out of, the work 86 and services to be performed by the contractor, its officers, agents, employees, 87 subcontractors, licensees or invitees under this contract. This indemni�cation 88 provision is specificallv intended to operate and be effective even if it is alle�ed or 89 �roven that all or some of the damages bein� sou�ht were caused, in whole or in part, 90 bV any act, omission or ne�ligence of the citv. 91 92 Article 7. MISCELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 95 have the meanings indicated in the General Conditions. 96 7.2 97 98 99 7.3 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns and legal 101 representatives to the other party hereto, in respect to all covenants, agreements and 102 obligations contained in the Contract Documents. 103 7.4 Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 106 remaining provisions shall continue to be valid and binding upon CITY and 107 CONTRACTOR. �' 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of 110 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 111 Northern District of Texas, Fort Worth Division. —T�-- - T- � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 OFFICIAL RECORD CITY SECRETARY !F7'. INOIRTH, TX ;_ - - _ r .:_..�_-------- 2008 CIP Contract SA Christine Avenue, Christine Court & Quinn Street City Project No. 01265 r 00 52 43 - 4 Agreement Page 4 of 5 112 7.6 Other Provisions. 113 114 115 116 117 118 119 120 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is classiiied, promulgated and set out by the City, a copy of which is attached hereto and made a. part hereof the same as if it were copied verbatim herein. 7.7 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. SIGNATURE PAGE TO FOLLOW OFFICIAL RECORD CITY SECRETARY FT. WORYH, iX L 1� CITY OF FORT WORTH 2O08 CIP Conttact SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. O1265 Revised July 1, 2011 005243-5 Agreement Page 5 of 5 �i �� 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 IN WITNESS WHEREOF, City and Contractor have signed this Agreement in multiple counterparts. At least one counterpart each has been delivered to City and Contractor. This Agreement will be effective on r-'�'���, '; � , 20 �'`� ��` (which is the Effective Date of the Agreement). CONATSER Contractor: CONSTRUCTION TX, LP By: L�L-'� - (Signa ure) � Jerry Conatser, President of Conatser Management Group, Inc. G.P. ne) Title: Address: PO Box 15448 City of Fort Worth BY� �� Fernando Costa Assistant City Manager M&C t-Z5y Iv Date 3 ��� � l Z r �- � / , Attest: . ays� Cxt� Secretary (Seal) aa�� �Oq���a 4,�i oG�p9 oopp 1 0 �o° �o�� 0 �itl o� � o o Z`: � aV �� �o� �' _.,��r� City/State/Zip: Fort Worth, TX 76119 ov as o and Legality: Assistan ity Attorney OVAL RECOMMENDED: cJ , c..) Dou W. Wiersi P. E. DIRECTOR, TRANSPORATI N AND PUBLIC WORKS DEPARTMENT 1000 Tlu•ockmorton St. Fort Worth, Texas 76102 OFFICIAL RECORD CITY SECRETARY PT. Wai�i1�, �"� CITY OF FORT WORTH 2O08 C[P Contiact SA Chiistine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 r � 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 00 6l l4 - I PAYMENT BOND Page 1 of 2 Bond No: 022034203 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 14 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § That we, Conatser Construction TX, LP, known as "Principal" herein, and Liberty Mutual Insurance Campany , 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, in the penal sum of Seven Hu�i"red Fortv-five Thousand Four Hundred 5ix and 75/100........Dollars ($745 406.75 , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEIZEAS, Principal has entered into a certain written Contract with City, awarded the day of ''` ;'!; '%`' �' , 20 , 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 2008 CIP Contract SA Christine Avenue, Christine Court & Quinn Street, City Project No. 01265. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (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. _ 27 _---- _ This-bond is.made and executed in_compliance with_the provisions of Chapter 2253 of the_ __ 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in � 29 accordance with the provisions of said statute. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. O1265 Revised July 1, 201 I L 006t 14-2 PAYMENT BOND Page 2 of 2 (Surety) Secretary Address: 175 Berkele� Street Boston, MA 02117 _ 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and ofiicers on this the day of 3 �;'r'iiif � � ( � � i't , 20 4 ATTBST: � pal) Secretary Witness as to Principal ATTEST: 5 6 7 8 9 10 11 12 Witness as to urety Carolyn Maples PRINCIPAL: Conatser Construction TX, LP BY: ` / � � ign re Jerry I�. Conatser, President of ('�n^ G r r'`^n�gFmFnY ('rrnt�, Tnr . , (;P Name and Title Address: PO Box 15448 Fort Worth. TX 76119 SURETY: Liberty Mutual Irisurance Companv B �: igna re Glenna� . Davis Attorney-in-Fact — Name and Title Telephone Number: 972-233-9588 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. _ _ _ _ _ --__ _— — --_--- The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STA,�IDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 0061 13-1 PERFORMANCE BOND Page 1 of 2 '�, 1 2 3 4 5 6 , 7 Bond No: 022034203 SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Conatser Construction TY, LP, known as "Principal" herein and g Libertv M�tual Insurance CcxnpanY , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Seven Hundred 12 Fortv-five Thousand Four Hundred Six and 75/100............ Dollars ($745 406.75 , lawful 13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of 14 which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, 15 successors and assigns, jointly and severally, iirmly by these presents. � 16 VVHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the day of �`�`,�; i f %U�il , 20 , which Contract is hereby referred to and '� 18 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment ; 19 labor and other accessories defined by law, in the prosecution of the Work, including any Change 20 Orders, as provided for in said Contract designated as 2008 CIP Contract SA Christine Avenue, 21 Christine Court & Quinn Street, City Project No. 01265. 22 23 NOW, THEREFOItE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for t�ie Nort�iem District of Texas, Fort 31 Worth Division. 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 33 Texas Government Code, as amended, and all liabilities on this bond shall be deternuned in 34 accordance with the provisions of said statue. CITY OF FORT WORTH 2O08 C[P Contract SA Christine Avenue, Christine Cou�t & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 00 61 13 - 2 PERFORMANCE BOND Page 2 of 2 U � 1 2 c 4 5 6 7 8 9 10 11 12 13 14 15 16 17 �8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of �':�rli' �' . � 20 � � , ATTEST: (Principal) Secretary C � Witness as to Principal ��^".�- Witness as to ' rety Carolyn Maples PRINCIPAL: Conatser Construction TX. LP BY: ' � Signature ,. .. `� Jerry R. Conatser, President of Conatser Management Group, Inc., GP Name and Title Address: POBox 15448 Fort Worth, TX 76119 SURETY: Liberty Mutual Insurance Canpany B . ' nature Glenn S. Davis Name and Title Address: 175 Berkeley Street �.tnn, Ma n� i 17 Telephone Number: 972-233-9588 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is 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 2O08 CIP Contract SA Christine Avenue, Christine�Cy PiQ& Q No. 01265 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised July l, 2011 00 6l 19 - 1 MAINTENANCE BOND Page 1 of 3 Bond No: 022034203 i- �i 1 � �' 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 SECTION 00 61 19 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT . KNOW ALL BY THESE PRESENTS: That we Conatser Construction TX, LP _, known as "Principal" herein and Liberty Mutual Insurance c'cxrman� , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Seven Hundred Fortv-five Thousand Four Hundred Sis and 75/100 ........................ Dollars ($745 406.75 , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day of �����1'�� �'' ��'`''�' � , 20 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as 2008 CIP Contract SA Christine Avenue, Christine Court & Quinn Street, City Project No. 01265; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in � 28 accordance with the plans, specifications and Contract Documents that the Work is and will � 29 remain free from defects in materials or workmanship for and durin� the period of t�vo (2) years __ _ 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and � 31 32 33 � 34 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. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 20l 1 l 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 NOW THEREFOR.E, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect, PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUC"I'ION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 00 61 19 - 3 MAINTENANCE BOND Page 3 of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the ________,� day of ' lfii� 2 7 �c� ,"% , 20 . PRINCIPAL: Conatser Construction TY, LP. ATTEST: (Principal) Secretary �� Witness as to Principal ATTEST: (Surety) Secretary BY: /`� ��� — ignature Jerry 1�. Conatser, President of Conatser Management Group, Inc., GP Name and Title Address: PO BOX 15448 Fort Worth, TX 76119 SURETY: Liberty Mutua.l Insurance Campany BY: gnature G� nna S. Davis Attornev-in-Fact Name and Title Address: 175 Berkele� Street Boston, MA 02117 � W�C�rr.J � Wimess as to urety � Telephone Number: 972-233-9588 Carolyn Maples *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is 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 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0I265 Revised July 1, 201 l � THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4952413 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS ............................................... ........................................................................................................................................................................................................................................................ , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding ONE HUNDRED MILLION AND 00/100"*""""""'*"'*""„""""""'•""""**'"'""*"""'""""", DOLLARS ($ 100,000,000.00*""'*"_"__"""""*" ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: 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 the 'a 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, N 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 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. � By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant toArticle XIII, Section 5 of the By-Laws, David M. Carey, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this day of 27th day of October , LIBERTY MUTUAL INSURANCE COMPANY „ ���� � �„� � '��� ,� BY David M. Carey, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OFMONTGOMERY � y On this 2�th day of October 2011 , before me, a Notary Public, personally came David M. Carev, to me known, and `p � acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed ,`~ � the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said • v corporation. � ic i � +-� � IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year � � first above written. .v ������� J U. ' � _'P�in � i i..�;_. i i tc im�:ry t i.,. ', ��.�=�1�(�� ��42���� � j 1 � y Conm .inn F�au `1�r. 'N 'i�,. � � By Tere'sa Pastella, Notary Public CERTIFICATE � I, the undersigned, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is I a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said I power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. � c —o v� �' W d C � L O G. � Q M O� L � � � 3� O � a� No :� o �� O C w d �c 3 >� �o � �� � N y;,, M C 00 vo � � IN TESTIMON`( WHEREQF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of �t����t � �( , IiJ I� , �, �� �_� Gregory W� Davenport, Assistant Secretary .-• L1�ieYt�r Mu�.ual. Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutuai 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: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.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 notice 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 . � .-• Lib+�r �t1t1111 NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(c�tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Teiminology .......................................................... 1.O 1 Defined Terms .............................................................................. 1.02 Terminology ................................................................................. Article 2 — Preliminaiy Matters .......................................................................... 2.01 Copies of Documents ..................................................................... 2.02 Commencement of Conh�act Time; Notice to Proceed .................. 2.03 Stai�ting the Worlc ............................................................................ 2.04 Before Starting Construction .......................................................... 2.05 Preconsh-uction Conference ........................................................... 2.06 Public Meeting ................................................................................ 2.07 Initial Acceptance of Schedules ..................................................... ..............................................1 ..............................................1 ..............................................6 .............................................7 .............................................7 .............................................7 .............................................7 .............................................7 .............................................8 .............................................� .............................................8 Article 3— Contract Documents: Intent, Amending, Reuse ....................................................................... 3.01 Intent ........................................................................................................................................ 3,02 Reference Standards ................................................................................................................ 3.03 Reporting and Resolving Discrepancies ................................................................................. 3,04 Ainending and Supplementing Contract Documents ............................................................. 3.05 Reuse of Documents ................................................................................................................ 3.06 Electronic Data ........................................................................................................................ ,.8 ..8 ..9 ..9 10 10 10 Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ......................................................................................................... 11 4.01 Availability ofLands ................................................................................................................. 11 4.02 Subsurface and Physical Conditions ......................................................................................... 11 4.03 Differing Subsurface or Physical Conditions ........................................................................... 12 4.04 Underground Facilities .............................................................................................................. 13 4.05 Reference Points ........................................................................................................................ 14 4.06 Hazardous Environmental Condition at Site ............................................................................. 14 Article 5— Bonds and Insurance .................................................................................................. 5.01 Licensed Sureties and Insurers ................................................................................ 5.02 Performance, Payment, and Maintenance Bonds ................................................... 5.03 Cei�ti�cates of Insurance .......................................................................................... 5.04 Contractor's Insurance ............................................................................................. 5.05 Acceptance of Bonds and Insurance; Option to Replace ........................................ ................ 15 ................ 15 ................ 15 ................ 16 ................ 18 ................ 19 Article 6— Contractor's Responsibilities ....................................................................................................... 19 6.01 Supervision and Superintendence ............................................................................................. 19 6,02 Labor; Working Hours .............................................................................................................. 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 6.03 6.04 6.05 6.06 6.07 6,08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Services, Materials, and Equipment .......................................................................................... 20 ProjectSchedule ........................................................................................................................ 20 Substitutes and "Or-Equals" ...................................................................................................... 21 Concerning Subcontractors, Suppliers, and Others .................................................................. 23 WageRates ................................................................................................................................ 25 Patent Fees and Royalties .......................................................................................................... 26 Permitsand Utilities .................................................................................................................. 26 Lawsand Regulations ............................................................................................................... 27 Taxes.......................................................................................................................................... 27 Useof Site and Other Areas ...................................................................................................... 28 RecordDocuments .................................................................................................................... 29 Saferyand Protection ................................................................................................................. 29 SafetyRepresentative ................................................................................................................ 30 Hazard Communication Programs ............................................................................................ 30 Emergencies and/or Rectification ............................................................................................. 30 Submittals.................................................................................................................................. 31 Continuingthe Work ................................................................................................................. 32 Contractor's General Wananty and Guarantee ......................................................................... 32 Indemnification........................................................................................................................ 33 Delegation of Professional Design Services ............................................................................. 33 Rightto Audit ............................................................................................................................ 34 Nondiscrimination..................................................................................................................... 34 Article'7 - Other Work at the Site ................................................................................................................. 35 7.01 Related Worlc at 5ite .................................................................................................................. 35 7.02 Cooxdination .............................................................................................................................. 35 Article 8 - Czty's Responsibilities ................................................................................ 8.01 Coinmunications to Contractor ................................................................ 8.02 Furnish Data ............................................................................................. 8.03 Pay When Due .......................................................................................... 8.04 Lands and Easements; Reports and Tests ................................................ 8.05 Change Orders .......................................................................................... 8.06 Inspections, Tests, and Approvals ............................................................ 8.07 Limitations on City's Responsibilities ..................................................... 8.08 Undisclosed Hazardous Environmental Condition .................................. 8.09 Compliance with Safety Program ............................................................ ................................ 36 ................................ 36 ................................ 36 ................................ 36 ................................ 36 ................................ 36 ................................ 36 ................................ 36 ................................ 36 ................................ 37 Article 9- City's Observation Status During Construction .......................................................................... 37 9.01 City's Project Representative .................................................................................................... 37 9.02 Visits to Site ............................................................................................................................... 37 9.03 Authorized Variations in Work ................................................................................................. 37 9.04 Rejecting Defective Worlc ......................................................................................................... 37 9.05 Determinations for Work Performed ........................................................................................ 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .................... 38 Article 10 - Changes in the Work; Claims; Extra Work ............................................................................... 38 10.01 Authorized Changes in the Work .............................................................................................. 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd: September 8, 2011 10.02 Unauthorized Cl�anges in the Worlc .......................................................................................... 38 10.03 Execution of Change Orders ..................................................................................................... 38 10.04 Exn-a Worlc ................................................................................................................................ 39 10.05 Notiiication to Surety ................................................................................................................ 39 10.06 Contract Clainis Process ............................................................................................................ 39 Article 11 - Cost of the Work; Allowances; Unit Price Worlc; Plans Quantity Measurement .................... 40 11.01 Cost of the Worlc ........................................................................................................................ 40 11.02 Allowances ................................................................................................................................ 43 11.03 Unit Price Worlc ......................................................................................................................... 43 11.04 Plans Quantity Measurement .................................................................................................... 45 Article 12 - Change of Contract Price; Change of Contract Time ............................................................... 45 12.01 Change of Contract Price .......................................................................................................... 45 12.02 Change of Contract Time .......................................................................................................... 46 12.03 Delays ........................................................................................................................................ 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Worlc ..................... 47 13.01 NoticeofDefects .......................................................................................................................47 13.02 Access to Work .......................................................................................................................... 47 13.03 Tests and Inspections ................................................................................................................. 48 13.04 Uncovering Work ...................................................................................................................... 49 13.05 City May Stop the Worlc ........................................................................................................... 49 13,06 Correction or Removal of Defective Worlc ............................................................................... 49 13.07 Conection Period ....................................................................................................................... 50 13.08 Acceptance of Defective Work ................................................................................................. 51 13,09 City May Correct Defective Work ............................................................................................ 51 Article 14 - Payments to Contractor and Completion ................................................................................... 51 14.01 Schedule of Values .................................................................................................................... 51 14.02 Progress Payinents ..................................................................................................................... 52 14.03 Contractor's Warranty ofTitle .................................................................................................. 54 14.04 Partial Utilization ....................................................................................................................... 54 14.05 Final Inspection ......................................................................................................................... 55 14.06 Final Acceptance ....................................................................................................................... 55 14.07 Final Payment ............................................................................................................................ 55 14.08 Final Completion Delayed and Partial Retainage Release ....................................................... 56 14.09 Waiver of Claims ....................................................................................................................... 56 Article 15 - Suspension of Worlc and Tertnination ....................................................................................... 56 15.01 City May Suspend Work ........................................................................................................... 56 15.02 City May Terminate for Cause .................................................................................................. 57 15.03 City May Terminate For Convenience ...................................................................................... 59 Article 16 - Dispute Resolution ..................................................................................................................... 61 16,01 Methods and Procedures ........................................................................................................... 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 2011 Article17 — Miscellaneous ............................................................................................................................ 61 17.01 Giving Notice ............................................................................................................................ 61 17.02 Computation of Times ............................................................................................................... 62 17.03 Cumulative Reinedies ................................................................................................:............... 62 17.04 Survival of Obligations .............................................................................................................. 62 ; 17.05 Headings .................................................................................................................................... 62 CITY OF FORT WORTH STANDARD CONSTRUCTfON SPECIFICATION DOCUMGNTS Reviscd: Scptembcr 8, 201 I oo�zoo-i GENERAL CONDITIONS Page 1 of 62 ARTTCLE 1— DEFINITIONS AND T�RMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender s]Iall include the masculine, feminine and neuter. Said tei�rns are generally capitalized or written in italics, but not always, When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as deiined below whether capitalized or italicized ar otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Doctiments include references to identified articles and paragraphs, and the titles of other doci�ments or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requireinents or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Worlc. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Worlc in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contraci Docuinents. 4. Asbestos—Any inaterial that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5, A�vard — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed, 7. Bidder=The individual or entity who submits a Bid directly to City. 8. Bidding Docunzents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bzdding Reqi�irernents—The advertisement or Invitation to Bid, Instnictions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Bzrsiness Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City, 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 12. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an CITY OF FORT WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oo�zoo-z GENERAL CONDITIONS Pagc 2 of G2 adjustment in the Conh-act Price or the Contract Titne, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perfo��rn speciiic duties with responsibility for final enforceinent of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whoin Contractor has entered into the Agreeinent and for whom the Worlc is to be performed. 14. City Attorney — The ofiicially appointed City Attoniey of the City of Fort Worth; Texas, or his duly authorized representative. 15. Ciry Council - The duly elected and qualiiied governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Clairn—A demand or assertion by City or Contractar seeking an adjusnnent of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim, 18. Contract—The entire and integrated written document between the City and Contractor concerning the Worlc. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Docurnents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents, Approved Submittals, othex Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Worlc 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 Wark). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Worlc so that it is ready for Final Acceptance. 22. Contractor—The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. 24. Darnage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, sl�all mean a Calendar Day. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECiPICATION DOCUMENTS Revised; September 8, 2011 007200-3 GENERAL CONDITIONS Pagc 3 of 62 26. Director� of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents, 27. Director of Parks and Con�rnu�zity Services — 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. 28. Dir�ector of Planning arrd Develop»�ent — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Tr•ansportation Public i�orks — The officially appointed Director of the Transportation Public Worlcs Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30, Director of Waler Department — The officially appointed Director of the Water Department of the City of Fort Wor�th, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which �aphically shows the scope, extent, and character of the Worlc to be performed by Contractor. Submittals are not Drawings as so deiined. 32. Effective Date of the Agreenze�zt—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two paz•ties to sign and deliver. 33. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional se�vices for the City. 34. Extr�a Worlc — Additional worlc made neeessary by changes or alterations of the Contraet Documents or of quantities or for other reasons for which no prices are provided in the Conhact Documents, Extra work shall be part of tl�e Worlc. 35. Field Order=A written order issued by City which requires changes in the Worlc but which does not involve a change in the Contract Price, Conhact Time, or the intent of the Engineer. 36. Final Acceptance — The written notice given by the City to the Contractor that the Worlc specified in the Contract Documents has been completed to the satisfaction of the City. 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Worlc, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38, General Reqzrirements—Sections of Division 1 of the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd; September 8, 201 I 00 �z oo - a GENERAL CONDITIONS Pagc 4 of G2 39. Hazardoars Environmental Conditiof�—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that nlay present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws a�ad Regulatio��s—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, a�encies, authorities, and courts having jurisdiction. 42. Liens—Charges, security interests, or encuinbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Woric. 45. 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. 46. Notice to Proceed—A written notice given by City to Contractor fxing the date on which the Contract Ti�ne will com�nence to run and on which Contractor shall start to perfonn the Work specified in Contract Documents, 47. PCBs—Polychlorinated biphenyls. 48. 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. 49. Plans — See definition of Drawings. 50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project—The Worlc to be performed under the Contract Documents. 52. Project Representative—The authorized representative of the City who will be assigned to the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Septembcr 8, 2011 oo�zoo-s GENERAL CONDITIONS Page 5 of 62 53. Pzrblic Meeti»g — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an infonned view of the Project. 54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Ener�y Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regzrla�° YTJorking Flozar•s — Hours begiruling at 7;00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Worlc and which establish the standards by which such portion of the Work will be judged. 57. Schec�a�le of Sathmittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Scheclirle of Values—A sehedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site—Lands or areas indicated in the Contract Doct►ments as being furnished by City upon which the Worlc is to be perfornled, including rights-of-way, permits, and easements for access thereto, and such other lands fii��nished by City which are designated for the use of Conhactor. 60. Spec�cations—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and worlcmanship as applied to the Work, and certain administrative requirements and procedural inatters applicable thereto. 61: Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are speciircally prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Worlc. 63. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City malces an Award. 64. Supe�•intendent — The representative of the Cont�actor who is available at all times and able to receive instructions from the City and to act for the Contractor. 65. Supplementary Conditions—That part of the Conhact Documents which amends or supplements these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS Revised; September 8, 2011 007200-6 GENERAL CONDITIONS Pagc 6 of 62 66. Supplier—A manufacturer, fabricator, supplier, distt•ibutor, materialman, or vendor 1laving a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 67. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tai�lcs, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steain, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm watez•, other liquids ot• chemicals, or traffic or other conhol systems. 68. Unit Price Worlc—See Paragraph 11.03 of these General Conditions for deiinition. 69. Weekend Worlcing Houfs — Hotus beginning at 9:00 a,m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 70. Woriz The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and llicorporating all materials and equipinent into such construction, all as required by the Contract Documents. 71. Working Day — A workiug 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 worlc underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives; l. The Contract Documents include the tei-�ns "as aliowed," "as approved," "as ordered," "as directed" or terms of lilce effect or import to authorize an exercise of judgtnent by City. Ii�. addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or detennination of City as to the Worlc. It is intended that such exercise of professional judgnlent, action, or determination will be solely to evaluate, in general, tha 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 Conhact Documents (unless there is a specific statement indicating otherwise). C. Defective: C1TY OF FORT WORTH STANDARD CONSTRUCT]ON SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-7 GENERAL CONDITIONS Pagc'1 of 62 1. The word "defective," when modifying the word "Worlc," refers to Worlc that is unsatisfactory, faulty, or de�cient in that it: a. does not conforn� to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c, has been damaged prior to City's written acceptance, D. Ftrrnish, Irrstall, Perfor•m, Provide: 1. The word "Furnish" or the word "Install" or the wdrd "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Worlc including all necessary labor, materials, equipment, and everything necessaiy 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 tecluiical or const�uction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Doczrments 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 Commence�nent of Contract Tzme; Notzce to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed nlay be given at any time within 14 days after the Effective Date of the Agreement. 2.03 Starting the Work Cont�actor shall sta��t to perform the Worlc on the date when the Contract Time commences to run. No Worlc shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Constrzrction Baseline Schedzrles.• Submit in accordance with the Contract Documents, and prior to staring the Worlc. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 8 GENERAL COND1710NS Pagc 8 of G2 2.05 Pr�econstrzrctiofz Co»ference Before any Worlc at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Parblic Meeti»g Before any Worlc at the Site is started, Contractor shall attend the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be inade to Contractor until acceptable schedules are subinitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are coinple�nentary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a funetionally 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 ar 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. Clariiications and intetpretations of the Contract Documents shall be issued by City. D. The Specifications inay vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declaxative style and some sections may be relatively narrative by con�parison. Oanission of such words and phrases as "the Contractor shall," "in confonnity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the section. The Contractor shall not take advantage of any variation of form, format or style in malcing Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily liinited 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 Worlc under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Septembcr 8, 201 t 007200-9 GENERAL CONDITIONS Page 9 of 62 3.02 Reference Star�dm�ds A, Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, speciiications, manuals, or codes of any technical society, organization, or association, or to Laws or Reglilations, whether such reference be speci�c or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening oi Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents, 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instiuction shall be effective to assign to City, or a.ny of its of�'icers; directors, rnembers, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Worlc or any duty or authority to undertalce responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reportirzg and Resolving Discrepancies A. Repor•ting Discrepancies: 1. Contractor's Revzew of Contract Doctanents Before Starting Worlc: Before undertalung each part of the Worlc, Contractor shall carefully study and compare the Contract Documents and checic and verify pertinent figures therein against all applicable iield measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual lcnowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Worlc affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Conhactor shall promptly report it to City in writing. Contractor shall not proceed with the Worlc affected thereby (except in an ernergency as required by Paragraph 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, ei7•or, 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 talce precedence in resolving any conflict, error, ambiguity, or CITY OP PORT WORTH STANDARD CONSTRUCTTON SPECIFICATTON DOCUMENTS Revised: September 8, 2011 00 �z oo - io GENERAL CONDITIONS Page 10 of 62 discrepancy between the provisions of the Contract Docwnents and the provisions of any '' standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Cont�•act 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 Suppletnenting Contract Docu�nents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Worlc or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and ininor variations and deviations in the Work not involving a change in Contract Price or Contract Time, inay be authorized, by one or inore of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragxaph 6.18.C); or 3. City's written interpretation or clarification. 3,05 Reuse ofDocuments A. Contractor and airy 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� prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electr•onic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that nnay be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived froin such electronic files will be at the user's sole CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Septembcr 8, 2011 007200-I1 GENERAL CONDITIONS Page 1 I of 62 rislc. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When iransferring documents in electronic media format, the t�•ansferring party �nakes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUI3SURFACE AND PI-iYSICAL CONDITIONS; HA.ZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availabzlzry ofLands A. City shall furnish the Site. City shall notify Cont�•actor 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 Worlc. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right�of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstnictions is anticipated in accordance with the schedule set forth in the Supplementary Conditions, The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Worlc is to be performed. C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of rnaterials and equipment. 4.02 Subsu�face and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: l. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings lcnown to City of physical conditions relating to existing surface or subsui-face structures at the Site (except Underground Facilities). CITY OP FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revised: September 8, 20ll 00�2oo-i2 GENERAL CONDITIONS Page 12 of 62 B. Limited Relia�zce by Contr•aclor on Technical Data AuthoYized.� Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawii�gs are not Cont�•act Documents. Such "technical data" is identiiied in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or ai�y 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, inchiding, 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 thea•eto; or 2. other data, interpretations, opinions, and informatzon contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of ar conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsu�face or Physical Conditions A. Noiice: If Contractor belzeves that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "techuical data" on which Conhactor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nahire as to require a ehange in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially fronn conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Conhact Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Worlc in conrzection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustrnents Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Tiine by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-]3 GENERAL CONDITIONS Pagc 13 of62 3. Conhactor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions; l. 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 Underground Facilities shown or indicated in the Contract Documents; c, coordination and adjustment of the Worlc with the owners of such Underground Facilities, including City, during consnuction; and d. the safety and protection of a�11 such Underground Facilities and repairing any damage thereto resulting from the Woric. B. Not Shown or Indicated: If an Underground Facility which conflicts with the Worlc is uncovered or revealed at or contiguolts to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becomin� aware thereof and before further dishtrbing conditions affected thereby or performing any Worlc 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 tlie Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessaiy. C1TY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 2011 00 72 00 - 14 GENERAL CONDITIONS Page 14 of 62 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Worlc. City will provide construction stalces or other customaiy method of marlcing to establish line and grades for roadway and utility constiuction, centerlines and benchmarlcs for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shail malce no change� or relocations. Contzactor shall report to City whenever any reference point or property monument is lost ar 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 propez-ty monuments not carelessly or willfully destroyed by the Contractoz•. 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, ar removed by the Contractor or any of his employees, the fiill cost for replacing such points plus 25% will be charged againsi the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazar•dous Environmental Condition at Site A. Reports and Drawi»gs: The Supplementaiy Conditions identify those reports and drawings lcnown to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Lirnited Reliance by Contractof� on Technical Data Authorized. Contractor inay 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, partner•s, employees, agents, consultants, or subcontractors with respect to: l. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, inethods, 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. C. Cont�actor shall not be responszble for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Speciiications or identified in the Contract Documents to be within the scope of the Work. Contractor shall ba responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oo�zoo-�s GENERAL CONDITIONS Page I S of 62 D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Conn•actor shall iminediately; (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 retain a quali�ed expert to evaluate such condition or take coi�rective action, if any. E. Contractor shall not be required to resume Worlc in connection with such condition or in any affected area tultil after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying tl�at such condition and any affected area is or has been rendered suitable for the resumption of Worlc; or (ii) specifying any special conditions under which such Worlc may be resumed. . F, If after receipt of such written notice Contractor does not agree to resume such Work based on a reasoziable 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 from the Worlc, City may have such deleted portion of the Work performed by City's own forces or others. G. To the fi�llest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harrnless City, from and against all claims, costs, losses, and damages (including btrt rtat limited to all fees and char•ges of engi�zeers, architects, attorneys, and other professionals and all cozrrt or arbitration or other dispute resolution costs) arising ozrt of or relating to a Hazardous E»vironmental Condition created by Contractor or by anyone for whom Contractor• is resportsible. Nothing in this Pa��agraph 4,06.G shall obligate Contractor to indemn� any zndivzdual or entity from and against the consequeizces of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5— BONDS AND INSURANCE 5.01 Licerised Sureties and Inszrrers All bonds and insurance required by the Contract Docurnents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 16 GENERA� CONDITIONS Page 16 of 62 security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Worlc 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 Cont�act 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 (atnended) by the Financial Manageinent Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond, D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Taxas or it ceases to meet the requireinents of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in ihe certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/ox approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the clurent A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in fa�vor of the City. In add'ztion, the Contractor agrees to waive all rights of subrogation against the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS Reviscd; Septembcr 8, 2011 oonoo-i� GENERAL CONDITIONS Page 17 of 62 Engineer (if applicable), and each additional insured identiiied in the Supplementaiy Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurai�ce for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-inade basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date, The insurance coverage shall be inaintained 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 ins�trance submitted to the City shall evidence such msurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or arnend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are deteimined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In lieu of h•aditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide covera�e on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reseives the right to review the insurance requirements and to rnake reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Worlc by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and rnay malce any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Scptember 8, 20] 1 00�2oo-�a GENERA� CONDITIONS Page 18 of62 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 Cornpensation 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 litnits for Employers' Liability as is appropriate for the Worlc being performed and as will provide protection fro�n elaims set forth below which may arise out of or result from Contractor's performance of the Worlc and Contractor's other obligations under the Contract Docuinents, whether it is to be perfonned by Contraetor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee beneiit acts; claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Comnaercial General Liability, Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising froin: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occtu�-ence basis, and as comprehensive as the current Insurance Servzces Ofiice (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsernents that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injuiy, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain connpleted operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liabiliry. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractar, any Subcontractor or Supplier, or by CITY OF FORT WORTH STANDAFtD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 19 GENERAL CONDITIONS Page 19 of 62 anyone directly ar indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Pratective Liability. If any of the worlc or any warranty worlc is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementa�y Conditions. E. Notification of Policy Ca»cellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop worlc until replacement insurance has been procux•ed, There shall be no time credit for days not worked pursuant to this section. 5,05 AccepJance ofBonds and Insuraf�ce; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract DocumenYs, 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 infonnation in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Worlc, or of such failure to maintain prior to any change in the required coverage. ARTICLE G — CONTRACTOR'S I2ESPONSIBILITIES 6.01 Supervision and Szrperzntendence A. Contractor shall supervise, inspect, and direct the Worlc competently and ef�ciently, devoting such attention thereto and applying such slcills and expertise as may be necessary to perform the Worlc in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Worlc, Contractar shall assign a competent, English- spea.lting, 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 constivction. 6.02 Labor; Worlring 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. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oo�aoo-2o GENERAI CONDITIONS Page 20 of 62 B. Except as otherwise required for the safety or protection of persons or the Worlc or property at the Site or adjacent thereto, and except as otherwise stated in the Conhact Documents, all Worlc at the Site shall be perfoi7ned during Regular Worlcing Hours. Contractor will not perrnit the perfoa7nance of Worlc beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be urueasonably withheld), Written request (by letter or electronic cornmLmication) to perform Worlc: l. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Worlcing 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 Eqiripment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assuine full responsibility far all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporaiy facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and coinpletion of the Work. B. All materials and equipment incorporated into the Worlc shall be as specified or, if not specified, shall be of good quality and new, except as othez-wise provided in the Contract Documents. All special wananties and guarantees required by the Specifications shall expressly run to the beneiit of City. If required by City, Contractor shall furnish satisfactoiy evidence (inchzding reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Worlc shall be the latest inodel at the time of bid, unless otherwise specified, 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. l. Contraetor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. CITY OF FO}tT WORTH STANDARD CONSTRUCTION SPECIFIGATION DOCUMENTS Rcvised: Scptc�nbcr 8, 2011 oonoo-zi GENERAL CONDITIONS Page 21 of 62 2. Contractor shall submit to City a monthly Project Schedule with a inonthly progress payment for the duration of the Contract in accordance with the schedule specification Ol 32 16. Proposed adjustments in the Project Schedule that will change tl�e Contract Time shall be submitted in accardance with the requirements of Article 12, Adjustments in Contract Time may only be made by a Change Order, 6.05 Sztbstitutes and "Or-Eqz�als " A. Whenever an item of material or equipment is specified or described in the Conh•act 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 speci�cation or description contains or is followed by words reading that no lilce, equivalent, � or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or-Eqaral " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related 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 equipment will be considered fiinctionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of conshuction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perfonn at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifes that, if approved and incorporated into the Worlc 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will confornl substantially to the detailed requirements of the item named in the Contract Documents. 2. Substit�te Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. CITY OF FORT WOR'tH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvised: September 8, 201 l 00 �a oo - 2a GENERAL CONDITIONS Pagc 22 of GZ b. Contractor shall submit sufficient information as provided below to allow City to determine if the itein of material or equipment proposed is essentially equivalent to that named and an acceptable substitute thez•efor. Requests for review of proposed substittrte items of material ox equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall malce written application to City for review of a proposed substittrte itein of nlaterial or equipment that Contractor seeks to furnish or use. The application shall conlply with Section Ol 25 00 and: 1) shall certify that the proposed substitute item will: a) perforin 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 achievement of final completion on time; b) whether use of the proposed substitute item in the Worlc will require a change in any of the Contract Documents (or in the provisions of any other direct contract wiYh City for other work on the Project) to adapt the design to the proposed substitute item; c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of a•edesign and Damage Claims of other contractors affected by any resulting change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised: Scptember 8, 2011 00 72 00 - 23 GENERAL CONDITIONS Page 23 of 62 B. Szrbstitute Constrzrctior� Methods or Procec��ares: If a specific means, method, technique, sequence, or procedure of const�uetion is expressly required by the Contract Documents, Contractor may fiunish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall subinit suff cient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall malce written application to City for review in the same manner as those provided in Para�aph 6.OS.A.2. C. City's Evala�ation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or 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 substihlte and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Gzra��antee: City may require Contractor to fin•nish at Contractor's expense a special perfoimance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemn� and hold harmless Ciry and anyorte directly or indirectly employed by them frrom and against any and all claims, damages, losses a��d expenses (including attorneys fees) arising out of the zrse ofsubstituted materials or eyuipment. E. City's Cost Rei�nbzrrsenzent; City will record City's costs in evaluating a substitute proposed or submitted by Contractor pur•suant to Paragraphs 6.OS,A.2 and 6.OS.B. Whether or not City approves a substihite so proposed or submitted by Conhactor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reiinburse City for the charges for malcing changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting fioin the acceptance of each proposed substitute. F, Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G, City Sirbstitzrte Reimbursernent: Costs (savings or charges) attributable to acceptance of a substiiute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perfonn with his own organization, worlc of a value not less than 35% of the value embraced on the Conn•act, unless otherwise approved by the City. B. Contractor shall not employ any Subcont�actor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subconiractor, Supplier, or other individual or entity to furnish or CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Septem6er 8, 2011 00 �2 00 - za GENERAL CONDITIONS Pagc 24 of 62 perform any of the Worlc against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City inay from tiine to tiine require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will pz•ovide such requirements in the Supplementaiy Conditions. D. Minority and Women Owned Bz�siness Enterpr•ise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upo�1 request by City, provide complete and accurate inform.ation regarding achial worlc performed by a MWBE on the Contract and payment therefor. 2. Contraetor will not make additions, deletions, or substitutions of accepted MWBE without written conse��t of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 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 perfonned by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities perforniing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: l. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Worlc of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a d'u•ect or indirect contract with Conhactor. G. All Subcontractors, Suppliers, and such other individuals or entities perfonning or furnishing any of the Work shall communicate with City through Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised: September 8, 2011 00 �z oo - 2s GENERAL CONDITIONS Page 25 of 62 H. All Worlc perfonned for Contractor by a Subcoutractor or Supplier will be pursuaut to an appropriate agreement bei��een Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Dzrty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalry for Violation. A Contractor or airy Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar. day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract docttments. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of infol7nation, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Conh�actor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the Ciry receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claiinant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitr�ation ReqZ�ired if Violation Not Resolved. An issue relating to an alleged violation of Sectioii 2258.023, Texas Government Code, including a penalty owed to the City or an affected worlcer, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractar 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 detennination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration, The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worlcer. The records shall be CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised: September 8, 2011 00 72 00-26 GENERAL CONDITIONS Page 26 of 62 open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, sha11 pertain to this inspection. F. Progress Payments. With each progress payinent or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractox shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Conhactor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to coinply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Worlc or the incorporation in the Work of any inventioxi, 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 speci%ed in the Contract Documents for use in the performance of the Work and if, to the achial knowledge of City, its use is subject to patent rights ox copyrights calling for the pay�nent 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 infornlation 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 perrnitted by Laws and Regzrlations, Contractor shall indemn� and hold harrnless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other disparte resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting frorn the incorporation in the Worlc of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all constniction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Conh•actor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the Ciry as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent seivice to the Work, B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's C[TY OF PORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Reviscd: September 8, 201 l 00 72 00 - 27 GENERAL CONDITIONS Page 27 of 62 responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulato�y agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are pennits flie City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Comtnission on Environmental Quality Permits 4. Railroad Company Permits C. � Outstanding pe�°mits nnd lice»ses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acqriired in accordance with the schedule set forth in the Supplementa�y Conditions. The Project Schedule submitted by the Cont�actor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicaUle to the performance of the Worlc. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor perfornls any Worlc lcnowing or having reason to lcnow that it is conh•ary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attoi-�1eys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Cont�actor's responsibility to make certain that the Speci�cations 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 Icnown at the time of opening of Bids having an effect on the cost or time of performance of the Worlc may be the subject of an adjustinent in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exeinption certificate in lieu of the tax, said exemption certificate to cornply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall eomply with the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �z oo - zs GENERAL CONDITIONS Pagc 28 of 62 provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax perrnits and infortnation may be obtained from: 1. Coinptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 7$711; or 2. http•/h�vww window.state.tx.us/taxinfo/taxfoi7nsl93-forms.html 6.12 Zlse of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the oparations of worlcers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the perforznance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is , necessary for proper execution of tlle Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claiin. 4. Pursuant to Paragraph 6.21, Contractor shall indenzn� and hold harmless City, frorn and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or eqztitable, brought by any such owner or occupant against City. , B. Removal of Debris During Performance of the Worlc: During the progress of the Work Contractor shall lceep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other ' debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactozy procedure, the City may take such direct action as the City deems appropriate to conect the clean-up deficiencies cited to the Conhactor in the written CITY OP FORT WORTEI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �z oo - a� GENERAL CONDITIONS Page 29 of 62 notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor, D. Final Site Cleaning: Prior to Final Acceptance of the Worlc Contractor shall clean the Site and the Worlc and make it ready for utilization by City or adjacent property owner. At the completion of the Worlc Conhactor shall remove fi�om the Site all tools, appliances, construction equipment and machineiy, and sw•plus materials and shall restore to original condition or better all property disturbed by the Worlc. E. Loading Strzrctur�es: Contractar shall not load nor pennit any part of any struct�ire to be loaded in any manner that will endanger the struchire, nor shall Contractor subject any part of the Worlc or adjacent property to stresses or pressures that will endanger it. 6.13 Record Docannents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during conshliction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Worlc, tl�ese 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 Safery and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the perfonnance of their worlc, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injuiy or loss to: 1. all persons on the Site or who may be affected by the Worlc; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when CITY OP PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 30 GENERAL CONDITIONS Pagc 30 of G2 prosecution of the Work may affect them, and shall cooperate with them in the protection, reinoval, relocation, and replaceinent of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractar shall inform City of the speciiic requirements of Contractor's safety prograin, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Worlc, 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 Worlc shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Repr•esentative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Conhactor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Worlc or property at ihe Site or adjacent thereto, Contractor is obligated to act to prevent threateued damage, injury, or loss. Cont�actor shall give City prompt written notice if Contractor believes that any signiiicant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Conhactor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such worlc or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may talce such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, froin any funds due or become due the Contractor on the Project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Septcmber 8, 2011 00 72 00-31 GENERAL CONDITIONS Page31 of62 6.18 Submitlals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Subinittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 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 seivices, materials, and equipment Contractor proposes to provide and to enable City to r•eview the info�-�nation for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Conhactor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications, 5. For-Information-Only submittals upon which the City is not expected to conduct review or talce responsive action ma.y be so identi�ed in the Contract Documents. 6. Submit required number of Samples specifed in the Specifications. 7. Clearly identify each Sample as to inaterial, Supplier, pei�tinent data such as catalog nu�nbers, the use for which intended and other data as City may require to enable City to review the st7bmittal for the limited purposes required by Paragraph 6.18.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Worlc performed prior to City's review and acceptance of the pertinant submittal will be at the sole expense and responsibility of Contractor. C. City's Review; City will provide timely review of required Subinittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Conn•act Documents and be compatible with the design concept of ihe completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-32 GENERAL CONDITIONS Pagc 32 of 62 acceptance of a separate item as such will not indicate approval of the asseinbly in which the item functions. 3. City's review and acceptance shall not relieve Conhactor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section Ol 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the I�orlc Except as otherwise provided, Contractor shall carry on the Worlc and adhere to the Project Schedule during all disputes or disagreements with City. No Worlc shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor inay otherwise agree in writing. 6.20 Contractor's General Warranry and Guarantee A. Contractor warrants and guarantees to City that all Worlc 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 wananty and guarantee hereunder excludes defects or damage caused by: l. abuse, inodification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whoin Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligatioi� to perfor�n and complete the Work in accordance with the Contract -' Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recoznmendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; CITY OF FORT WORTH ' STANDARD CONSTRUCTION SP�CIFICATION DdCUMENTS Revised: Scptember 8, 2011 00 72 00-33 GENERAL CONDITIONS Pagc 33 of 62 6. any inspection, test, or approval by others; or 7. auy correction of defective Worlc by City. D. The Conhactor shall remedy any defects or damages in the Worlc and pay for any damage to other worlc or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Worlc unless a longer period is specified and shall fuinish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.8. The City will give notice of obseived defects with reasonable promptness. 6.21 Indemni�cation A, Contractor covenants and agrees to indemnify, hold liarmless and defend, at its own expense, the City, its of�cers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the worlc and services to be performed by the Conh•actoi•, its of�cers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INllEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WEI2E CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees inciu•red by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the worlc and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees wider this Contract. THIS INDEMNIFICATTON PROVISION IS SPECIF'ICALLY INTENllED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE Or THE CITY. 6.22 Delegation of Professional Design Services A. Cont�•actor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Worlc or unless such services are required to carry out Conh•actor's responsibilities for conshuction means, methods, techniques, sequences a�ld procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certiiications, and Submittals prepared by such professional. Submittals related to the Work designed or certified CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: SeptemUer 8, 2411 00 72 00-34 GENERAL CONDITIONS Pagc 34 of 62 by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. ; C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the seivices, � certifications or approvals perfoi7ned by such design professionals, provided City has specified to Contractor performance and design criteria that such services nnist satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawulgs will be only for the limited puipose of checicing for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, witil 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 boolcs, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Worlcing Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as rnay be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is perfortned. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing h•ansit- related projects, which are funded in part with Federal iinancial assistance awarded by the U.S, Depariment of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised: September 8, 201 l 00 72 00-35 GENERAL CONDITIONS Page 35 of 62 B. Title VI, Civil Rights Act of 1964 as an�ended: Conhactor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICL� 7— OTHER WORK AT THE SITE 7.01 Related WorJz at Srte A. City may perform other worlc related to the Project at the Site with City's employees, or other City contractors, or tlu•ough other direct contracts therefor, or have other worlc performed by utility owners. If such other worlc is not noted in the Conh•act Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor wl�o is a party to such a direct conhact, each utility owner, and City, if City is perfonning other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Worlc with theirs. Cont�actor shall do all cutting, fitting, and patching of the Worlc that may be required to properly connect or otherwise malce its several parts come together and properly integrate with such other worlc, Contractor shall not endanger any worlc of others by cutting, excavating, or otherwise altering such worlc; provided, however, that Contractor rnay cut or alter others' work with the written consent of City and the others whose worlc will be affected. C. If the proper execution or results of any part of Contractox's Worlc depends upon work performed by others under this Article 7, Cont�•actar shall inspect such other worlc and promptly report to City in writing any delays, defects, or deficiencies in such other worlc that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as iit and proper for integration with Contractor's Worlc except for latent defects in the work provided by others. 7.02 Coordination A. If City intends to contract with others for the perfonnance of other worlc on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplernentary Conditions, City shall have authority for such coordination. CITY OF FORT WORTii STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 36 GENERAI CONDITIONS Pagc 36 of 62 ARTICLE 8 — CITI"S I2�SPONSIBILITI�S 8.01 Communiccrtions to Contractor Except as other�vise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Fz�rnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Dzre City shall make payments to Cont�-actor in accordance with Article 14. 8.04 Lands and �asements; 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 malcing available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspecfions, Tests, and Appr�ovals City's responsibility with respect to certain inspections, tests, and approvals zs set forth in Paragraph 13.03. 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Cont�actor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perfornl the Worlc in accardance with tha Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environn�ental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. C1TY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Scptembcr 8, 2011 00 �z oo - �� GENERAL CONDITIONS Page 37 of 62 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirernents of Contractor's safety programs of which City has been infornled pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents, The Project Representative(s) will be as provided in the Supplementary Conditions, 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Cont�actor's executed Work. Based on information obtained during such visits and obseivations, City's Project Representative will determine, ul ganeral, if the Worlc is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or �ontinuous inspections on the Site to checic the quality or quantity of the Worlc. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Worlc will conform generally to the Contract Documents. B. City's Project Representative's visits and obseivations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Para�raph 8.07. 9.03 Authorized Variations in Work 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 functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved protnptly. 9.04 Rejecting Defective Worlc City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Docurnents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 38 GENERAL CONDITIONS Pagc 38 of 62 9.05 Determinationsfor Wo��kPerfor•med Coutractor will determine the actual quantities and classifications of Worlc perfonned. City's Project ' Representative will review with Contractor the preliminaiy determinations on such matters before rendering a written recorrunendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Docam�ents and Acceptability of Worlc A. Ciry will be the initial inteipreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Wof•k A, Without invalidating the Contract and without notice to any surety, City may, at any time or fi•om time to tiTne, order Extra Work, Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otheitivise specifically provided). Extra Worlc shall be memorialized by a Change Order which may or may not precede an order of Extra worlc. B. For minor changes of Worlc ziot requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contraet Time with respect to any work performed that is not required by the Contract Documents as amended, modiiied, or supplemented as pxovided in Paragi•aph 3.04, except iu the case of an emergency as provided in Paragraph 6.17. 10.03 Exectttion of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS . Revised: September 8, 2U11 00 72 00-39 GENERAL CONDITIONS Page 39 of 62 2. changes in the Contract Price or Contract Time which are a�eed to by the parties, including any undisputed sum or amotuit of time for Worlc actually performed. 10,04 �xtra Work 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 worlc after malcing written request for written orders and shall lceep accurate account of the act�ial reasonable cost thereof. Contract Claiins regarding Extra Worlc shall be made pursuant to Paragraph 10.06. B. The Contractor shall fitrnish the City such installation records of all deviations from the original Contract Documents as may be necessaiy to enable the City to prepare for permanent record a cor�•ected set of plans showing the achial installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a fiill, complete and fnal payment for all costs Contractor incurs as a result or relating to the change or Extra Worlc, whether said costs are lcnown, unknown, foreseen or unforeseen at that time, including without liinitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Worlc. 10.05 Notification to Sarrery If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The arnount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. 10.06 Contract Claims Process A. City s Decision Reqa�ired: All Contract Claims, except those waived pursuant to Paragraph 14,09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Conhactor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party malcing the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 72 00 - 40 GENERAL CONDITIONS Page 40 of 62 allows additional time for Contractor to subznit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjushnent in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustinent in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Conhactor's written statement that the ' adjustment claimed is the entire adjustment to which the Cont�actor believes it is entitled as a result of said event. 6. The City shall subinit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. Ciry's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Conhactor, if any, take one of the following actions in v�riting: 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 Conhact Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor involce the dispute resohition procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Tirne will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF TH� WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEA5UREMENT 11.01 Cost of the Work A. Costs Included.� The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall inchide but not be limited to the following items: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ftevised: Septcmber 8, 2011 00 72 00 - 41 GENERAL CONDITIONS Page 41 of 62 Payroll costs for employees in the direct employ of Contractar in the performance of the Worlc 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 Worlc shall be apportioned on the basis of their time spent on the Worlc, Payroll costs shall include; a, salaries with a 55% marlcup, or b. salaries and wa�es plus the cost of fi•inge benefits, which shall include social security contributions, unemployinent, excise, and payroll taxes, worlcers' compensation, health and retirement benefits, bonuses, sicic leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Worlcing Hours, Weelcend Worlcing Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Worlc, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. Rentals of all const�-uction equipinent and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessaiy for the Worlc. 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain coinpetitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be accaptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Worlc 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 Worlc and fee as provided in this Paragraph 11.01. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyor�, attorneys, and accountants) employed for services specifically related to the Worlc. 6. Supplemental costs including the following; a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Septembcr 8, 201 I 00 �a oo - az GENERAL CONDITIONS Pagc 42 of 62 owned by the worlcers, which are consumed in the performance of the Work, and cost, less marlcet 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 Para�aph 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 thezn or for whose acts any of them . may be liable, and royalty payments and fees for pern�its 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 perfornlance of the Worlc, provided such losses and damages have resulted from causes other ihan 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 inade 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 detennining 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 coinmunication services at the Site, express and courier services, and similar periy cash items in connection with the Worlc. h, The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Worlc shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's ofiicers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timelceepers, clerks, and other personnel employed by Con.tractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classiiications xeferred to in Paragraph 11.O1.A.1 or speciiically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's ofiice at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Worlc and charges against Contractor for delinquent payments. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcviscd: Scptcmbcr 8, 201 I 00 72 00 - 43 GENERAL CONDITIONS Pagc 43 of 62 4. Costs due to the negligence of Contractor, any Subconhactor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials ar equipment wrongly supplied, and malcing good any damage to properiy. 5. Other overhead or general expense costs of any lcind. C. Contractor's Fee: When all the Worlc is perforined on the basis of cost-plus, Conh•actor's fee shall be determined as set forth in the Agreement. When the value of any Worlc covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Worlc, Contractor's fee shall be determined as set forth in Paragraph 12,O1.C. D. Documentation: Whenever the Cost of the Worlc 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 perfonned for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: l. Contractor agrees that: a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to iinal payment, an appropriate Change Order will be issued to reflect achial amounts due Contractor on account of Work covered by allowances, and the Conhact Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Worlc is to be Unit Price Worlc, initially the Contract Price will be deemed to include for all Unit Price Worlc an amount equal to CITY OF PORT WORTH STANDARD CONSTRUCTION SPECI�'ICATION DOCUMENTS Revised: SeptemUcr 8, 2011 00 72 00 - 44 GENERAL CONDITIONS Pagc 44 of 62 the sum of the unit price for each separa�ely identified item of Unit Price Worlc times the estimated quantity of each item as indicated in the Agreement. B. The estirnated quantities of items of Unit Price Worlc are not guaranteed and are solely for the purpose of coinparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classiiications 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 deerned 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 installaiion, 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 inake 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 froni the estimated quantity of such item indicated in the Agreeinent; and 2. there is no corresponding adjushnent with respect to any other item of Work. E. Incr�eased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. l. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Conhact unit price. 2. If the changes in quantities or alterations significantly change the character of worlc, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occw•s when: a, the character of work for any Ttem as altered differs materially in lcind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the worlc that is above 125%. CITY OF FORT WORTH STANDARD CON5TRUCTION SPECIFICATION DOCUMENTS Revised: Septembcr 8, 201 ] 00 72 00-45 GENERAL CONDITIONS Page 45 of 62 6. When the quantity of worlc to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measi�re»�ent A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final paymeut quantities, unless revised by the governing Section or this Article. B. If the quantity rneasured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) froln the total estiinated quantity for an individual Item originally shown in the Conhact Documents, an adjustinent may be made to the quantity of authorized worlc done for payment purposes. The pariy to the Contract requesting the adjustment will provide field measureinents and calculations showing the final quantity for which payment will be made. Pa.yment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in �xniting to fix the final quantity as a plans quantity. E. For callout worlc or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: l. 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 Contract Documents, by a mutually agreed lump suin or unit price (which may inchide an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 46 GENERAL CONDITIONS Pagc 46 of 62 of any secondaiy impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Worlc 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 af the Cost of the Worlc (determined as provided in Paragraph 11.01) plus a Conhactor'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: l. 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.O1.A.1, 11.O1.A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 1 l.Ol.A.4 and 11.O1.A.5, the Conhactor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Worlc 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 tier, will be paid a fee of 15 percent of tha costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A,2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cuinulative total of fees paid be m excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcviscd: Septcmbcr 8, 2011 00 �z oo - �� GENERAL CONDITIONS Pagc 47 of 62 B, No extension of the Contract Time will be allowed for Extra Work or far claimed delay unless the Extra Worlc contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the E�n•a Worlc or claimed delay adversely affects the critical path. 12.03 Delays A. Where Conh•actor is reasonably delayed in the performance or completion of any part of the Work within the Coi�tract Time due to delay beyond the control of Contractor, the Contract Tirne may be extended in an amow�t 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 conh•actors perfoi-�ning 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 remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Conh•actor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the conh•ol of Contractor. Delays attributable to and within the control of a St�bcont��actor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractar shall receive no compensation for delays or hindrances to the Worlc, except when direct and unavoidable exh•a cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice ofDefects Notice of all defective Worlc of which City has actual knowledge will be given to Contractor. Defective Worlc 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 Worlc at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise thein of Contractor's safety procedures and programs so that they may comply therewith as applicable. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �z oo - 4x GENERAL CONDITIONS Page 48 of 62 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Worlc for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contraet Documents, Laws or Regulations of any publie body having jurisdiction require any of the Work (or part thereo fl to be inspected, tested, or approved, Contractor shall assume full responsibility for arran�ing 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 ideutiiied in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementaiy 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, inix designs, or equiptnent subinitted for approval prior to Coi�tractor'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 se�vices of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any pai�t of the Worlc, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the worlc of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractar shall, if requested by City, uncover such Worlc for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS Rcviscd: Scptcmber 8, 2011 00 72 00 - 49 GENERAL CONDITIONS Page 49 of 62 13.04 Ur�cover�ing Work A. If any Worlc is covered conh•aiy to the Cont�act Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise malce available far observation, inspection, or testing as City may require, that portion of the Woric in question, fiunishing all necessary labor, material, and equipment. If it is found that the uncovered Worlc 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 replaeement of worlc of others); or City shall be entitled to aeeept defeetive Worlc in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, obseiving, 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, obseivation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Worlc If the Worlc is defeetive, or Contraetor fails to supply sufiieient slcilled worlcers or suitable materials or equipment, or fails to perform the Worlc in such a way that the completed Worlc will conform to the Contr•act Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Worlc shall not give rise to any duty on the part of City to exercise tl�is right for the benefit of Contractor, any Subcont�actor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal ofDefective Work A. Promptly after receipt of written notice, Cont��actor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, reinove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS Revised: September 8, 2011 oonoo-so GENERAL CONDITIONS Page 50 of62 B. When coi7ecting defective Work tulder the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall talca no action that would void or otherwise in�.pair City's special warranty and guarantee, if any, on said Worlc. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terins of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any dainages to the land or areas inade 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, witllout 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 othexs or other land or areas resulting therefrom. B. If Contractor does not promptly coinply with the tenns of City's �vritten instructions, or in an emergency where delay would cause serious risk of loss or darnage, City may have the defective Work corrected or repaired or may have the rejected Warlc 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 con•ection or repair or such removal and replacement (including but not limited to all costs of repair or replacement of worlc of others) will be paid by Contraetor. C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Woric resulting therefrom) has been coi�rected or removed and replaced under this Paragraph 13.07, tl�e correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial conection period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvised: Septembcr 8, 2011 00�2oo-s� GENERAL CONDITIONS P.�ge 51 of62 13.08 Acceptance ofDefective Wo�•k If, instead of requiring correction or removal and replacernent of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resohition costs) attributable to City's evaluation of and determination to accept such defective Work and for the dimiiushed value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incoiporating the necessary revisions in the Contract Documents with respect to the Worlc, and City sl�all be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice fi�om City to correct defective Worlc, oi- to remove and replace rejected Worlc 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 Conhact Documents, City may, after seven (7) days written notice to Contractor, con•ect, or remedy any such deficiency. B. In exercising the rights and remedies under this Para�raph 13,09, City shall proceed expeditiously. In connection with such coi7•ective or remedial action, City may exclude Contractor from all or part of the Site, talce possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Worlc all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Connactor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exeicising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D, Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Worlc athibutable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Tfalues The Schedule of Values for lump sutn contracts established as provided in Paragraph 2.07 will seive as the basis for progress payments and will be incorporated into a form of Application for Payment CITY OF FORT WORTFi STANDARD CON3TRUCTION SPECIPICATION DOCUMENTS Revised; September 8, 2011 oo�zoo-sz GENERAL CONDITIONS Pagc 52 of 62 acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payrnents A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Coutractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Worlc compleied as of the date of the Application and accotnpanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipznent not incorporated in the Worlc but delivered and suitably stored at the Site or at another location agreed to in writing, the Application fox Payinent shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Worlc have bean 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 Docun�ents. B. Review ofApplications: l. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons far refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application, 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the acco�npanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: Scptember 8, 2011 00 72 00 - 53 GENERAL CONDITIONS Page 53 of 62 detennination of quantities and classificatioils for Worlc performed under Paragraph 9.05, and auy other qualifications stated in the recormnendation). 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, extended to eveiy aspect of the Worlc in progress, or involved detailed inspections of the Worlc 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 a Conh-actor has complied with Laws and Regulations applicable to Connactor's perfoY�nance of the Worlc. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revolce any such payment previousiy made, to such extent as may be necessary to protect City from loss because: a. the Worlc is defective, or the eompleted Worlc has been damaged by the Contraetor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previo�is applications for payment; c, the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Worlc in accordance with Paragraph 13.09; or e. City has achial lcnowledge 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 worlc shall remain uncompleted after the time specified in the Conb•act Documents, tl�e sum per day specified in the Agreement, will be deducted from the monies due the Coniractor, not as a penalty, but as liquidated damages suffered by the City. CITY OP' FORT WORTA STANbARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised; September 8, 2011 00 72 00 - 54 GENERAL CONDITIONS Page 54 of G2 E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to malce payment of the amount requested because: a. Liezis have been filed in connection with the Work, except where Contractor has delivered a speciiic 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 recoirunended; or c. City has actual lcnowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a tluough 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or ; any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's 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 free and clear of all Liens. 14.04 Partial Utilization A. Prior to Final Acceptance of all the Wark, City may use or occupy any substantially completed part of the Work which has specifically been identiiied in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Worlc. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: l. Contractor at any time may notify City in writing that Contractar considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Worlc to be substantially coinplete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: 5eptcmber 8, 2011 00 �z oo - ss GENERAL CONDITIONS Page 55 of 62 14.05 Firrallnspection A. Upon written notice fi•om 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 Contractor in writing of all particulars in which this inspection reveals that the Worlc is incomplete or defective. Conh•actor shall immediately take such rneasl�res as are necessary to complete such Worlc or remedy such de�ciencies. B. No time charge will be made against the Cont�-actor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Worlc identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. 14.07 I'inal Payment A. Application for Paynaent: 1. Upon Final Acceptance, and in the opinion of City, Contractor may malce an application for �nal payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, includ'uig but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to �nal payment; a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Worlc. B. Payment Becomes Due; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMHNTS Revised: September 8, 2011 00 72 00-56 GENERAL CONDITIONS Page 56 of 62 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Dainage Claims have been resolved: a, directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractoi's insurance provider for resolution. 3. The malung of the final payment by the City shall not relieve the Conhactor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's �nal Application for Payment, and without terminating the Contract, malce payment of the balance due for that portion of the Worlc fully completed and accepted. If the remaining balance to be held by City for Worlc not fiilly completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds liave been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that portion of the Worlc fully completed and accepted shall be submitted by Contractor to City with the Application for such payment, Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishinent 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 portion of the amount retained provided fliat all other work is completed as determined by the City. Be%re the release, all submittals and final quantities znust be completed and accepted for all other work. An amount sufficient to ensure Contract connpliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claiins or liabilities under the Contract for anything done or fiu-nished or relating to the worlc under the Contract Documents or any act or neglect of City related to or connected with the Contract, ARTICLE 15 — SUSPENSION OF �VORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Worlc or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Worlc on the date so fixed. During temporary suspension of the Work covered CITY OF FORT WORTH STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS Revised; Septcmber S, 2011 00 �2 00 - s� GENERAL CONDITIONS Page 57 of 62 by these Contract Documents, for any reason, the City will inalce no extra pa}nnent 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 cont�•ol of and without the fault or negligence of the Conhactor, and should it be determined by �nutual consent of the Contractor and City that a solution to allow consh�uction to proceed is not available within a reasonable period of time, Conh�actor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Worlc for an indeiinite period, the Contractor shall store all materials in such a mamier 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 work, and erect temporaiy structures where necessary. D. Conhactor may be reimbursed for the cost of moving his eqtiipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Conhactor 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. 15.02 Ciry May Terminate for Cazrse A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Worlc in accordance with the Cont�act Documents (including, but not limited to, failure to supply sufficient sltilled worlcers or suitable inaterials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's MWBE ordinance established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Conhactor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or Contractor's failure to promptly make good any defect in materials or worlcmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication tl�at the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or CITY OF PORT WORTH STANDARD CONSTRUCTION SPECiFTCATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 58 GENERAL CONDITIONS Pagc 58 of 62 Substantial evidence that the Contractor has become insolvent or banlcrupt, or otherwise financially unable to carry on the Worlc satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Conh•actor and Surety to arrange a conference with Contractor and Surety to address Connactor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Cont�actor default and formally terminate the Conh•actor'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 perfarm the Work. 2. If Contractor's seivices are terminated, Surety shall be obligated to take over and perfoi7n the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its obligations, then City, without process or action at law, may talce over any portion of the Work and complete it as described below. a, If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Worlc stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Worlc as City may deern expedient. Wlaether City or Surety completes the Work, Contractor shall not be entitled to receive any further payinent until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Worlc, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Worlc, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeii the right to recover damages from Contractor or Surety for Contractor's failwe to timely conlplete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. CITY OF FORT WORTH STANDAFtD CONSTRUCTION SP�CIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 59 GENERAL CONDITIONS Page 59 of 62 6. Maintenance of the Worlc shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations othen�ise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Connactor's seivices will not be terminated if Con�ractor 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 Conri•actor'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 provided a performance bond under the provisions of Paragraph 5.02, the temzination procedures of that bond shall not supersede the provisions of this Article. 15.03 City May Terminate For Convenie»ce A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Worlc under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deeined conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop worlc under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not teiminated; 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 Ciiy: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 60 GENERAL CONDITIONS Page 60 of 62 a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the perfonnance of, the Worlc terminated by the notice of the termination; ancl b. the completed, or partially completed plans, drawings, infoi7nation and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete perfonnance of such Work as shall not have been terininated by the notice of tennination; 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 Ciry a list, certified as to quantiry and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to cot7ect the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his tet�nination claim to the City in the form and with ihe certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): l. completed and acceptable Work executed in accordance with the Contract Documents priar to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2, expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcviscd: Scptembcr 8, 2011 00 72 00-61 GENERAL CONbiTIONS Page 61 of 62 on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such tennination. ARTICL� 16 — llISPUTE RESOLUTION 16.01 Methods a��d Procedzrres A. Either City or Contractor may request mediation of any Connact Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Para�aph 10,06,E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Connact Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: 1. elects in writing to involce 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 d'zspute resolution process; or 3. gives written notice to the other pariy of the intent to submit the Contract Claim to a eourt of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Givi�zg Notice A. Whenever any provision of the Contract Documents requires the giving of wt7tten notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the iirm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address lcnown 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. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised; September 8, 201 I 00 72 00 - 62 GENERAL CONDITIONS Page 62 of 62 17.02 Computation of Times When any period of time is referred to in the Contraci 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 Sluiday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Czr�nulative Rernedies 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 ar 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 comlection with each particular duty, obligation, right, and relnedy to which they apply. 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or ternunation or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd: Septcmber 8, 2011 00 73 00 - I SUPPLEMENTARY CONDITtONS Page 1 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Cont�-act Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. De�ned Terms The tertns used in these Supplementary Conditions which are defined 'ui the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modi�cations and Supplements The following are instructions that modify or supplement speciiic paragraphs in the General Conditions and other Contract Documents. SC-3.038.2, "Resolving Discrepancies" Plans govern over Specifications and Specifications shall govern over standard details. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of laiown outstanding right-of-way, and/or easements to be acquired, if any as of October 27, 2011: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGBT DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the Ciry. If Contractor considers flie fnal easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Clu•istine Court & Quinn Street STANDAItD CONSTRUCTTON SPECIFICATION DOCUMENTS City Project No. 01265 Revised October 27, 2011 , 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 3 1 2 C 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of October 27, 2011 EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADNSTMENT City Light Pole at Intersection of Quinn Street and Christine Avenue FEB 2011 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: A Geotechnical Engineering Study and Report No. 396-09-10, dated November 6, 2009, prepared by CMJ Engineering, Inc, a sub-consultant of DeOtte, Inc., a consultant of the City, providing additional information on subsurface conditions and pavement design. The following are drawiugs of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: Latera12534 As-Built Drawings Latera12593 As-Built Drawings Latera12594 As-Built Drawings Lateral 2595 As-Built Drawings Quinn Street Waterline As-Built Drawings SG4.06A., ��Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SG5.03A., "Certi�cates 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: DeOtte, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations; 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence CITY OF FORT WORTH 2O08 CTP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFtCATION DOCiJMENTS City Project No. 01265 Revised October 27, 2011 007300 -3 SUPPLEIv1ENTARY CONDITIONS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurauce" 5.04B. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance under Paragraph GG5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to eacl� 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 Certiiicate of Insurance. SC 5.04C., "Contractor's Insurat�ce" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", de�ned as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SG5.04D., "Coutractor's Insurance" The Contractor's constiuction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks: None. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obshuct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on raih�oad properties may require that Cont�•actor to execute a"Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) Generai Aggregate: (2) Each Occurrence: $Coniirm Limits with Railroad $Confrm Limits with Railroad C1TY OF FORT WORTH 2O08 CIP Contract SA C}uistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised October 27, 2011 00 73 00 - 4 SUPPL�MENTARY CONDTTIONS Page 4 of 4 Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 5 6 7 8 9 10 11 l2 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 S1 52 53 54 l. Where a single i•ailroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad cornpanies are involved and operated on their own separate rights-of-way, the Conh�actor may be required to pr•ovide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossrng, other worlc or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this worlt must be included in the policy covering the grade separatiou. 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 work may be at two or more separate locations. No worlc ar activities on a railroad company's property to be performed by the Conri�actor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., `�Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: TX42 5C-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: Street Use Permit (City of Fort Worth) SC-6.098. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised October 27, 2011 ' 00 73 00 - 5 SUPPLEMGNTARY CONDITIONS Page 5 of 5 1 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of October 27, 2 2011: 3 4 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION 5 6 7 8 9 None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at Y�'1P. �tiP.' Vendor Sco e of Work Coordination Authorit None 10 11 SC-8.01, "Communications to Contractor" 12 None 13 14 SC-9.01., "City's Project Representative" 15 The following iirm is a consultant to the City responsible for const�•uction manageinent of this Project: 16 None 17 18 SG13.03C., "Tests and Iiaspectious" 19 None 20 21 SC-16.O1C.1, "Methods and Procedures" 22 None 23 24 25 26 END OF SECTION CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, C}uistine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised October 27, 2011 oi iioo-1 3UMMARY OF WORK Page 1 of 3 1 2 3 PART 1 - GENEIZAI., 4 1.1 SUMMARY SECTION O1 11 00 SUMMARY OF WORK 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 10 11 12 1.2 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 PRICE AND PAYMENT PROCEDUItES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the vaxious items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRA.TIV� REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furiiishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Speciiications. B. Subsidiary Woxk 1. Any and all Work speciiically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises urider direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be speciiically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Q uinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 Ot I100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Worlc shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained peimission from the owner of such property. 11 2. Do not store equipment or material on private propei�ty unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3, Unless speciiically provided otherwise, clear all rights-of-way or easements of 15 obst�uctions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, cw�bing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the constiuction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners ar occupants of the public or private 23 lands of interest in lands which inight be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect tempoxary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work associated with easements, including removal, 40 temporary closures and replacement, shall be subsidiary to the various items bid 41 in the project proposal, unless a bid item is specifically provided in the 42 proposal. CITY OF FORT WORTH 2O08 CIP Conttxct SA Christine Avenue, Christine Court & Q uinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 Ol I100-3 SUMMARY OF WOf2K Page 3 of 3 1 1.5 SU�3MITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATEI2IAI� SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSUItANCE [NOT US�D] 6 1.10 DELIV�RY, STO1tAG�, AND IIANDLING [NOT USED] 7 l.11 rIELD [SIT�] CONDITIONS [NOT USED] 8 1.12 WA,�tRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 13 �ND OF SECTION Revision Log DATE NAME SUMMARY OP CHANGE CITY OF FORT WORTH 2O08 CIP Conttact SA Christine Avenue, Christine Court & Q uinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 012500-1 SUBSTITUTION PROCEDURES Page 1 of 5 1 2 3 PART 1 - G�NEItAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 S�CTION Ol 25 00 SUBSTITUTION PROCEDURES A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is speciiied 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 Requuements 19 1.2 PRICE AND PAYM�NT PROCEDUR�S 20 A. Measurement and Payment 21 l. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REI+ER.ENCES [NOT US�D] 24 1.4 ADMINISTRATIV� ItEQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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 Speciiications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factars beyond control of Contractor; or, CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Ctu•istine Court & Quinu Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 o � Zs oo - z SUBSTITUTION PROCEDURES Page 2 of 5 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SITBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under t17e conditions stated herein 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2& 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identiiication a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to; a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For constiuction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection l. Written approval or z•ejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH 2O08 CtP Contrnct SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTtON SPECIFICATION DOCLTMENTS City Project No. 01265 Revised Ju(y I, 2011 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 5 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stanlp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOS�OUT SUBMITTALS [NOT USED] 11 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSUItANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function fox which 17 it is intended 18 2. Will provide same guarantee for substitute item. as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs relaied to substitution which subsequently 23 arise 24 1.10 D�LIVERY, STORAGE, AND IIANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS (NOT USED] 26 1.12 WA,I2RANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3 - �X�CUTION [NOT USED] 29 30 31 END OF SECTION CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 012G5 Revised July 1, 2011 O1 25 00 - 4 SUBSTI'CUTION PROCEDURES Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR SUI3STITUTION FORM: T0: PROJECT: DATE: We hereby submit for your consideration the following product instead of the speci�ed item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Speci�cations which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the propo sed and speci�ed items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature � Recommended � Recommended as noted Firm Address Date Telephone For Use by City: Approved Not recommended Received late By � Date Remarlcs Rejected CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFiCATION DOCLJMENTS City Project No, 01265 Revised Juty 1, 20] 1 1 Clty Date oizsoo-s SUBSTITUTION PROCEDURES Page 5 of 5 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, C}u•isfine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 O13119-I PRECONSTRUCTION MEETING Page 1 of 3 1 2 3 PART 1 - GENEItA.L 4 1.1 SiTMMA.RY SLCTION O1 31 l.9 PRECONSTRUCTION MEETING 5 A. Section Includes: 6 l. Provisions for the preconstruction ineeting to be held prior to the start of Work to 7 clarify construction contract administration pz•ocedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 1.2 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 PRICE A.ND PAYM�NT PROC�DURES 14 A. Measurement and Payment 15 l. Work associated with this Item is considered subsidiary io the various items bid. 16 No separate payment will be allowed for this Item. 1'7 1.3 R�FERENCES [NOT USED) 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be quali#�ied and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 27 28 29 30 31 32 33 34 35 36 37 38 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 aclministered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project mauager 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 2O08 CIP Contract SA Christine Avenue, Chiistuie Cowt & Quin n Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 O1 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 r 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 e. Other City representatives £ Others as appropriate 4. Constructiou SchedUle a. Prepare baseline construction schedule in accordance with Section O1 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstniction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Persorulel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insuranee Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Tempor.ary construction facilities gg. M/WBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH 2O08 C7P Contract SA Christine Avenue, Christine Cour[ & Quin n Street STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01265 Revised July l, 201 ] O1 31 19 - 3 PRECONSTRUCT[ON MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUI3MITTALS/INI+ORMATIONAI. SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USLD] 5 1.9 QUA.LITY ASSURANC� [NOT USED] 6 1.10 D�LIVERY, STORAG�, AND IIANDLING [NOT USED] 7 1.11 TIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - �XECUTION [NOT USED] 11 12 �ND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 200$ CIP Contract SA Clvistine Avenue, Christine Cou�t & Quin n Sri•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 013120-1 PROJECT MEETINGS Page 1 of 3 1 2 3 PART 1 - GENEI2AL 4 1.1 SITMMARY 5 6 7 8 9 10 11 12 13 SECTION Ol 31 20 PROJECT MEETINGS 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 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 14 1.2 PRIC� AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 l. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 ItEI+EItENCES (NOT USED] 19 1.4 ADMINISTRATIVE IZEQUIREMENTS 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination l. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representaiives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighboxhood 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 a. Contractor CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS City Project No. 01265 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 2 3 4 5 6 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will consh-uction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Fot•mal project coordination meetings will be held periodically. Meetings will be 9 scl�eduled and administered by Project Representative. 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 45 46 47 48 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a, Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other constiuction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepai•e the notes of the meetin� and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives £ Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts a Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of constniction interfacing and sequencing requirements with other construction contracts £ Coirective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CON3TRUCTION SPECIFICATION DOCLTMENT3 City Project No. 01265 Revised July I, 2011 013120-3 PROJECT MEET[NGS Page 3 of 3 l 6. Meeting Schedule 2 a. Progress meetings will Ue held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the i•equest of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. i l 1.5 SUBMITTALS [NOT US�D] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT US�D] 15 1.9 QUALITY ASSUItANCE [NOT USED] 16 1.10 DELIVERY, STORAG�, ANll IIANDLING [NOT US�DJ 17 l.11 FI�LD [SITL] CONDITIONS [NOT USEDj 18 1.12 WAltI2ANTY [NOT US�D] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTTON [NOT USED] 21 22 23 �ND OF S�CTION Revision Log DATB NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 01321C>-1 CONSTRUCTIONPROGRESSSCHEDULE Page 1 of 3 1 2 3 PA.RT 1 - G�NERAL 4 1.1 SUMMARY SECTION O1 32 16 CONSTIZUCTION PROGRESS SCHEDULE 5 A. Section Includes: 6 l. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Speciiic requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 l . None. 12 13 14 15 1.2 16 17 18 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 PRICE AND PAYMENT PROC�DUItES 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. 19 1.3 REFERE,NCES zo 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Deiinitions 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 contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein..Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Speciiication and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH 2O08 C7P Contract SA C}uistine Avenue, Christine Court & Quilln Sh'eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Piroject No. 01265 Revised July 1, 2011 01 32 16 - 2 CONSTRUCTIONPROGRESSSCHEDULE Page 2 of 3 1 4. Schedule Nai•rative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIV� REQUIREMENTS 6 A. Baseline Schedule 7 l. General 8 a. Prepare a cost-loaded baseline Schedule using appt•oved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and icnown issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 17 18 19 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. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fart Wortli Schedule 23 Guidance Document. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and retui� current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplislunent of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct tl�e Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS City Project No, 01265 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 41 42 43 44 45 46 013216-3 CONSTRUCTIONPROGRESSSCHEDULE Page 3 of 3 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessaiy to deterniine whether the requested extension of tinle 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 fznds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by tlae 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 iinal payment undet• this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing tiine limit. b, From time to time, it may be necessary far the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions l�eyond the actual coinpletion 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 floai 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 ihe earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH 2O�8 CIP Conh-act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 013216-4 CONSTTtUCTION PROGRESS SCHEDULE Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 E. Coordinating Schedule with Other Contract Schedules c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. OUtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and malce the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any worlc due to such circumstances shall not be considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 21 22 23 24 25 1 2. Submit Schedule in native file fonnat and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) Submit draft baseline Schedule to City prior to the pre-Construction meeting and bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file forniat and pdf foi�nat as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 31 32 33 34 C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit doeuments as required in the City of Fort Worth Sehedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCT.tMENTS City Project No. 01265 Revised July 1, 2011 O13216-5 CONSTRUCTION PROGRESS SCHEDllLE Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1.6 ACTION SUBMITTAI,S/INFOR112ATIONAL SUBMITTALS [NOT USED] 1.'1 CLOS�OUT SU�3MITTALS [NOT US�D] 1.8 MAINTENANC� MA'1'�RIAL SUBMITTALS [NOT USEDJ 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this 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 DELTVERY, STORAG�, AND HANDLING [NOT US�ll] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 �VAIt][�ANTY [NOT US�D] PA.I2T 2 - PRODUCTS [NOT USED) PART 3 - EX�CUTION [NOT USED) END OI' SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 C1P Cont�•act SA Christine Avenue, Clu•istine Court & Quinn Street STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I O1 32 33 - 1 PRECONSTRUCTION V1DE0 Page 1 of 2 i 2 3 PART1- GENERAL 4 l.l SUMMARY SECTION Ol 32 33 PRECONSTRUCTION VIDEO 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: ll 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRIC� AND PAYMENT PROCEDUIZES 14 A. Measurement and Payment 15 1. Work associated witli this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 ItEFERENCES [NOT US�D] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1, Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 l .5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT USED] 27 1.� CLOSEOUT SUBMITTALS (NOT USED] 28 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURAlVCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WAIt12ANTY [NOT USED) 33 PART 2- PRODUCTS (NOT US�D] CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clvistine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS City Project No. 01265 Revised July 1, 2011 O l 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - �X�CUTlON [NOT USED] END Or SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 CIP Conh�act SA Christine Avenue, Christine Comt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01265 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 l.l SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 1.2 S�CTION O1 33 00 SUBMITTALS A. Section Includes: 1. General methods and requirements of submissions applicable to ihe 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 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 PRICE AND PAYMENT PROCEDUR�S 18 A. Measurement and Payment 19 l. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Itern. 21 1.3 R�rERENC�S [NOT USED] 22 1.4 ADMINISTRATIVE REQUIR�MENTS 23 24 25 26 27 28 ' 29 30 ' 31 32 33 ' ' 34 ' 35 36 ' 37 38 39 40 013300-1 SUBMITTALS Page 1 of 3 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 othex applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication � Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufiiciently in advance of the Work. CITY OP FORT WORTH 2O08 C1P Conh�act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 013300-2 SUBMITTALS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers O1-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1, Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following; a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conforniance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8'/z inches x 11 inches to 8'/a inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 r 01 33 QO - 3 SUBMITTALS Page 3 of 3 2 3 4 5 6 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 7 5. Identification of the product, with the Speciiication Section nwnber, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials ] 1 8. Applicable standards, such as ASTM ar Federal Specification nunlbers 12 9. Identiiication by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagranis 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 inembers and lines of the st�ucture b. Where correct fabrication of the Work depends upon iield measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pinject No. 012G5 Revised July I, 2011 01 33 00 - 4 SUBMITTALS Page 4 of A 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality coritrol inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recorrullended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as; 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any rnaterial to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication perfornied, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1 2. Electronic Distribution a. Coniirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings retunled, 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 Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Chi7stine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201( 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013300-5 SUBMII"I'ALS Page 5 of S a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other subinittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3, Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1 2 � 4. 5 The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any erroxs, 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 Contracior from his/her responsibility with xegard to the fulfilhnent 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 Contxactor 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 fmds 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/ar material for manufacture. b. Code 2 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Reviseci July 1, 2011 01 33 00 - 6 SUBMITTALS Page 6 of 6 1 1) "EXCEPTIONS NOTED". This code is assigned when a coniirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 �nal product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may i•elease the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 calendar days of the 16 date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) Tt may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 6, Resubn�ittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Working Days prior to release for 49 manufacture. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 01 33 00 - 7 SUBMITTALS Page 7 of 7 1 9. When the shop drawings have been completed to tlle satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City, 4 10. Each submittal, appropriately coded, will be returned within 30 calendar days 5 following receipt of submittal by the City. 6 L. Mock ups 7 l. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarificatioli 2. Use the Request for Infonnation (RFI) fortn provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series nuniber, "-xxx", begiruiing with "Ol" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to pernlit a written response without further infoimation. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. CITY O�' FORT WORTH 2O08 CIP Contract SA Christine Avenue; Christine Court & Quinn SU•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 20] 1 01 33 00 - 8 SUBMITTALS Page 8 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE) CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - �X�CUTION [NOT US�D] 11 12 �ND OI�' S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECtFICATTON bOC1JMENTS City Project No. 01265 Revised July l, 2011 e O135t3-i SPECIAL PROJECT PROCEDURES Page 1 of 3 1 2 3 PART 1 - GENEI2AL 4 l.l SiTMMAIZY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 SECTION Ol 35 13 SPECIAL PROJECT PROCEDURES A. Section Includes: l. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Coniined 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 I'arking B. Deviations from this City of Fort Wortl� Standard Specification 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDUI2ES 25 26 27 28 29 ' 30 31 32 ' 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance . . 5) Insurance Certiiicates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Chcistine Co urt & Quinn Sireet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised [Insert Revision Date) 01 35 13 - 2 SPECiAL PROJECT PROCEDURES Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 a. Meastu•ement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day tllat Railroad Flagmen are present at the Site . c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 14 1.3 It�I�'ERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Speciiication, unless a date is specifically cited. 19 2. North Central Texas Council of Governments (NCTCOG) — Clean Construction 20 Speciiication 21 1.4 A.DMTNTSTRATIVE R�QUIREMENTS 22 A. Coordination with the Texas Department of Transportation 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be perfonned 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 witliin 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 3. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an aecurate log of all such calls to power company and reeord action taken in each case. b. Coordination with power company 1) After notiiication coordinate with the power company to: CITY OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Christine Co urt & Quinn Street STANDARD CONSTRUCTTON SPECiFICATION DOCLTMENTS Ciry Project No. 01265 Revised [Insert Revision Date] 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 a) Erect temporary mechanical bai�riers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Coniined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other coniined spaces in accordance with OSHA's Permit Required for Conf'ined Spaces D. Air Pollution Watch Days l. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. Use of Explosives, Drop Weight, Etc. l. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section Ol 31 13 F. Water Department Coordination 39 1. During the construction of this project, it will be necessary to deactivate, for a. 40 period of time, existing lines. The Contractor shall be required to coordinate with 41 the Water Department to determine the best times for deactivating and activating 42 those lines. � 43 2. Coordinate any event that will require connecting to or the operation of an existing 44 City water line system with the City's representative. 45 a. Coordination shall be in accordance with Section 33 12 25. CITY OF PORT WORTH 2O08 CIP Contract SA Ckuistine Avenue, Christine Co urt & Quinn Street STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS City Project No. 01265 Revised [Insert Revision Date] 01 35 13 - 4 SPECIALPROJECTPROCEDURES Page 4 of 4 1 b. If needed, obtain a hydrant water meter froin the Water Department for use 2 during the life of named project. 3 c. In the event that a water valve on an existing live system be turned off and on 4 to accommodate the construction of the project is required, coordinate this 5 activity tlu�ough the appropriate City representative. 6 1) Do not operate water line valves of existing water system. 7 a) Failure to comply will render the Contractor in violation of Texas Penal 8 Code Title 7, Chapter 28.03 (Criminal Mischie fl and the Contractor 9 will be prosecuted to the full extent of the law. 10 b) In addition, the Contractor will assume all liabilities and 11 responsibilities as a result of these actions. 12 G. Public Notification Prior to Beginning Construction 13 1. Prior to beginning construction on any block in the project, on a block by blocic 14 basis, prepare and deliver a notice or flyer of the pending construction to the fi•ont 15 door of each residence or business that will be impacted by construction. The notice 16 shall be prepared as follows: 1� a. Post notice or flyer 7 days prior to beginning any construction activity on each 18 block in the project area. 19 1) Prepare flyer on the Contractor's letterhead and include the following 20 information: 21 a) Name of Project 22 b) City Project No (CPN) 23 c) Scope of Project (i.e. type of construction activity) 24 d) Actual construction duration within the block 25 e) Name of the contractor's foreman and phone number 26 � Name of the City's inspector and phone number 27 g) City's after-hours phone number 28 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 29 A. 30 3) Submit schedule showing the construction start and iinish time for each 31 block of the project to the inspector. 32 4) Deliver flyer to the City Inspector for review prior to distribution. 33 b. No construction will be allowed to begin on any block until the flyer is 34 delivered to all residents of the block. 35 H. Public Notification of Temporary Water Service Interruption during Construction 36 1. In the event it becomes necessary to temporarily shut down water service to 37 residents or businesses during construction, prepare and deliver a notice or flyer of 38 the pending interruption to the front door of each affected resident. 39 2. Prepared notice as follows: 40 a. The notification or flyer shall be posted 24 hours prior to the temporary 41 interruption. 42 b. Prepare flyer on the contractor's letterhead and include the following 43 information: 44 1) Name of the proj ect 45 2) City Project Number 46 3) Date of the interruption of service 47 4) Period the interruption will take place 48 5) Name of the contractor's foreman and phone number CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Co urt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 01265 Revised [Insert Revision Date] 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 5 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 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 temporaiy intemtption notification to the City inspector for review prior to beuig 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 from the Project Construction Inspector. I. Coordination with United States Ai7ny 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 1. 2 3. At locations in the project where construction activities occur in areas where railroad perniits are required, meet all requirements set forth in each designated xailroad 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 requiz�ed to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. Obtain any supplemental information needed to comply with the railroad's requirements. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were personnel were present on Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of sluny. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Co mt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 012G5 Revised [Insert Revision Datej Ol 3S 13 - 6 SPECIAL PROJECT PROC�DURES Page 6 of 6 1 1.5 SUBMITTALS [NOT USEI)] 2 1.6 ACTION SUBMITTALS/1NFORMATIONAL SUBMITTALS [NOT US�D] 3 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 4 1.8 MAINTENANCE MATERIAL SUI3MITTALS [NOT USED] 5 1.9 QUALITY ASSiTItANC� [NOT USED] 6 1.10 DELIVERY, STORAGE, AND I-IANDLING [NOT USED] 7 1.11 rI�LD [SITE] CONDITIONS [NOT US�D] 8 1.12 WARItANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED) 10 PART 3- EXECUTION [NOT US�D] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 2011 13 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Co urt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOC[JMENTS City Project No. 01265 Revised [Insert Revision Date] O1 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 oF 7 1 2 3 4 5 6 7 8 9 lo 11 12 13 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 3o OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM,OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 �XHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILI7Y LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: CI'I'Y OF FORT WORTH 2O08 CIP Conh-act 5A Christine Avenue, Christine Co urt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised [Insert Revision Date] 013513-8 SPECIALPROJECTPROCEDURES Page 8 of 8 1 2 EXHII3IT B / � � � Date: DOE P[O. 7CXXX ProJect Hame: • i r" � • i: • , . . .: . � � DTJ� TO TJTILITY IMPROV�MENTS TN YOLJR NEIGHBORHOOD, YOiTR WATER S�RVICE WILL B� TNTERRY7PT�D ON B�'TW��iV TFiE FIdC7R5 OP' AND IFYOU HAVE QiTESTIONS ABOUT THIS SIIUT-OUT, PL�ASE CALL: MR. A'1' (CONT1tACTORS 5iJPERINTENDGNT) (TEL�PHON� NUMBER) C�_)_�_'7 MR. AT (CITY I1VSP�CTOR) (TEL�PIiONE NUNIBER) THIS INCONVENT�NCE WILL I3E AS SHORT AS POSSIBLE. TIiANK YO'[J, CONTRACTOR 3 4 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Co urt & Quinn Street 5TANDARD CONSTRllCTION SPECIFICATION DOCiJMENTS City Project No. 01265 Revised [Tnsert Revision DateJ Ol 45 23 - I TE3TING AND 1NSPECTION SERV►CES Page 1 of 2 1 2 3 PA.RT 1 - GENERAI. 4 1.1 SITlYIMARY 5 6 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 SECTION O1 45 23 TESTING AND INSPECTION SERVICES A. Section Includes: 1. Testing and inspection services procedures and coordination 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 PFtICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is xesponsible for performing, coordinating, and payment of all Quality Contxol 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. 25 1.3 REFEItENCES [NOT USED] 26 1.4 ADMINISTRATIV� R.EQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Testing l. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed 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, sufiiciently in advance, that testing will be perfornled. 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 2O08 CIP Contract SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01265 Revised July l, 2011 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 � 20 21 2) Upload test reports to desi�iated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to tl�e Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests perfoimed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Conci•ete or Liine material including the following information: a. Name of pit b. Date of delivery a Material delivered B. Inspection l. Inspection or lack of inspection does not relieve the Contractor fi•om obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INrORMATTONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SLTBMITTALS (NOT US�D] 1.8 MAINT�NANCE MATERIAL SUI3MITTALS [NOT US�D] 22 1.9 QUALITY ASSUI2ANCE [NOT US�D] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 l.11 rIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARI2ANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EX�CUTION [NOT USED] 28 29 END OF SECTION Revision Log DATE NAME 5UMMARY OF CHANGE 30 CITY OF FORT WORTH 2O08 CIP Conh•act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01265 Revised July I, 201 I e ois000-i TENIPORARY PACILITIES AND CONTROLS Page 1 of 3 1 2 SECTION Ol 50 00 TEMPORARY FACILITIES E1ND CONTROLS 3 PART 1 - GENERAI. 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1.2 A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to; a. Temporaty 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 l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forn1s and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYM�NT PROC�DURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidia�y to the various Items bid. 21 No separate payment will be allowed for tlus Item. 22 1.3 12ErERENCES [NOT USED] 23 1.4 ADMINISTRATIV� REQUIIZEMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies far temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for consttuction is desired CITY OF FORT WORTH 2O08 C1P Contract SA Cluistine Avenue , C}u7stine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 201 I oi so 00 - a TEMPORARY FACILITIES AND CONTROLS Page 2 of 3 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes tempora�y power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others perfo�ining work or furnishing services at Site. 5, Temporary Heat and Ventilation a. Provide temporary heat as necessary foi• protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanita�y Facilities 1, Provide and maintain sanitaty facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2, Enforce use of sanitaly facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with loekable doors and lightin�, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufactuxers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1, Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 O l 50 00 - 3 TEMPORARY FACILiT1ES AND CON"CROLS Page 3 of 3 1. Contractor is responsible for maintaining dust control tlu•ough the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temparary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUI3MITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUi3MITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUIZANCE [NOT USED] 1.10 DELIVERY, STORA.GE, AND FIANDLING (NOT USED] 1.11 FIELD [SITE] CONDITIONS (NOT USED] 1.12 WARI2ANTY [NOT USED] PART 2 - PRODUCTS [NOT US�D] 17 PART 3- EXECUTION [NOT USED) ' 18 19 20 21 22 23 ' 24 25 ' 26 2'i ' 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 LXAMINATION [NOT USEDJ 3.3 PItEPAI2ATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all tempot•ary facilities for duration of construction activities as needed. 3S [I2EPAIR] / [RESTORATION] 3.6 It�-INSTALLATION 3.7 FIELD [o�] SITE QUALITY CONTROL [NOT US�D] 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USEDJ 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES � A. Temporazy Facilities CITY OF FORT WORTH 2O08 C]P Contract SA Ctu7stine Avenue, Christine Couit & Quinn Street STANDARD CON3TRUCTION SPECIFICATION DOCiJMENTS City Project No. 01265 Revised July 1, 201 I 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 conclition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT US�D] 4 3.13 MAINTENANCE [NOT US�D] 5 3.14 ATTACHMENTS [NOT US�D] 6 �ND OF S�CTTON Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue , Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 01 55 26 - 1 STREET USE PERIv11T AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 2 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PA.RT 1 - GENERAi, 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 1.2 17 18 19 20 1.3 21 22 23 24 25 A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B, Deviations from this City of Fort Worth Standard Speciiication l. None. C. Related Speciizcation 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 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. R�FEIZ�NCES 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 Trafiic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIV� REQUIREM�NTS 27 A. Traffic Control 28 l. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b, When trafiic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow mininium 10 working days for review of proposed Traffic Control. 35 B. Street Use Pertnit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 3'7 a. To obtain Street Use Permit, submit Trafiic Control Plans to City 3g Transportation and Public Works Depa�-tment. C1TY OF FORT WORTH 2O08 CIP Contract SA Clvistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 O15526-2 STR�ET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for pertnit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Trafiic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance witli Section 34 71 13. 9 2) Allow minimum 5 worlcing days for review of revised Trafiic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that constniction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for constniction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install teniporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 I'. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANC� [NOT USED] 31 1.10 DELIVERY, STORAGE, AND IiA.NDLING (NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT US�D] 35 PAItT 3- EXECUTION [NOT USED) 36 END OF SECTION CITY OF FORT WORTH 2O08 CIP Contract SA Chtistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATTON DOCIJMENTS City Project No. 01265 Revised July 1, 2011 O l 55 26 - 3 STREET USE PERMI'I' AND 1v10DIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Ctu�istine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Ciry Project No. 01265 Revised July I, 2011 01 57 13 - 1 STORIv] WATER POLLUTION PREVENTION Page I of 3 1 2 S�CTION O1 57 13 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENERAI, 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirernents, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRIC� �P1D PAYM�NT PROCEDUItES 15 16 17 18 19 20 21 1.3 22 23 24 25 26 27 28 29 30 31 32 33 34 1.4 35 36 37 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. IZErLRENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Stortn 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 Speciiication 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. Integrated Storm Management (iSWM) Technical Manual far Constiuction Controls ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stornlwater Pollution Prevention Plan. CITY O� FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENT5 City Project No. 01265 Revised July 1, 201 I 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Pernlit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b, Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requireinents of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 1. Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF F�RT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECTFICATION DOCLTMENTS City Project No. 01265 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. Tf the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section Ol 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBNIITTALS (NOT USED] 6 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT US�D] 7 19 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 9 1.11 FIELD [SIT�] CONDITIONS [NOT US�D] 10 1.12 WA,ItRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT US�DJ 12 PART 3- EXECUTION [NOT USED] 13 14 15 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. O1265 Revised July 1, 2011 1 2 3 PAI2T 1 - G�NEI2AL 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 SECTION O1 58 13 TEMPOIZAIZY PROJECT SIGNAGE 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 Ll SUMMARY A. Section Includes: 1. Temporaiy Project Signage Requirements B. Deviations froin this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRIC� AND PAYMENT PROCEDIITtES A. Measurement and Payrnent l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT US�D] 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 ASSURANCE [NOT USED] 1.10 DELIV�RY, STORAG�, AND FiANDLING [NOT USED] 1.11 FIELD (SITEJ CONDITIONS [NOT USED] 1.12 WARItANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FUItNISH�D [oR] OWNER-SUPPLI�DPRODUCTS [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 O� FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIF1CATlON DOCUMENTS City Project No. 01265 Revised July 1, 2011 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/-inch iir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORI�S [NOT USED] 5 2.4 SOURC� QUALITY CONTROL [NOT US�D] 6 PART 3 - �XECUTION 7 3.1 TNSTALL�RS [NOT USED] 8 3.2 �XAMINATION [NOT US�D] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION i l A. Gener•al 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR / R�STORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT US�D] 20 3.7 FI�LD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP (NOT [TSED] 22 3.9 ADJUSTING [NOT USED) 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PItOT�CTION [NOT US�D] 26 3.13 MATNTENANC� 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED) 30 31 END OF SECTION CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECTFICATION DOCiIMENTS City ProjectNo. 01265 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Paga 3 of 3 � Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Comt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 016000-1 PRODUCT REQUIREMENTS Page I of 2 i 2 3 PART1- G�NERAL 4 11 SUMMAR.Y SECTION O1 60 00 PRODUCT REQUIREMENTS 5 A. Section Includes: 6 1. A listing of the approved products for use in the City 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Foims and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYM�NT PROC�DUI2ES [NOT USED] 13 1.3 IZEFEIt�NCES [NC?T USED] 14 1.4 ADMINISTRA.TIV� REQUIREM�NTS 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. A list of City approved products for use is attached to this Section. B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Docunlents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Pxoduct List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORA.GE, AND HANDLING [NOT USED] CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 01 60 00 - 2 PRODUC7' REQUIREMENTS Page 2 of 2 1 111 TIELD [SIT�] CONDITIONS [NOT US�D] 2 1.12 WARRA.1vTY [NOT US�D] 3 PART 2- PRODUCTS [NOT US�D] 4 PART 3 - �XECUTION [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 3 1 2 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SIJMMARY 5 6 7 8 9 10 11 12 13 14 15 16 A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Speciiication 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 PROCEDUTtES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Iiem. 20 1.3 It�FERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTA.LS [NOT US�ll] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 25 26 27 28 29 30 31 32 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SLTBMITTALS (NOT USED] 1.9 QUALITY ASSURANC� [NOT USED] 1.10 DELIVERY AND IIANDLING 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 persoruiel ar equipment to receive the delivery. C(TY OP FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Qninn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 201 I 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents fi-om physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handliilg. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 11 12 13 14 15 16 17 C. Storage Requirements 1. Store materials in accordance with rnanufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 18 3, Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other eontractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restriet storage to areas available on constniction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 28 29 30 31 32 33 34 35 36 37 38 : 9. 10 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. Store in manufacturers' unopened containers. Neatly, safely and compactly stack �naterials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. Keep public and private driveways and street crossings open. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,0001inear feet, unless otherwise approved in writing by City's Project Representative. C1TY OF FORT WORTH 2O08 CIP Contiact SA Christine Avenue, Christine Court & Quinn Sh•eet STANDARD CONSTRUCTION SPECiFICATION DOCLJMENTS City Project No. 0(265 Revised July 1, 2011 O1 66 00 - 3 PRODUCT STORAGE AND HANDLING RGQUIREMENTS Page 3 of 3 1 111 FIELD [SITE] CONDITIONS (NOT US�ll] 2 1.12 WAItRAIVTY [NOT USED] 3 PAI2T 2- PRODUCTS [NOT US�D] 4 PART3- E�ECUTION 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 tT'� 30 3.1 INSTALLERS [NOT US�D) 3.2 EXAMINATION [NOT US�D) 3.3 PREPA.I2ATION [NOT USED] 3.4 �R�CTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT US�D] 3.6 RE-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 USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufactuxer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITX OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Christine Court & Quinn Street STANDAitD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 ] 01 66 00 - 4 PRODUCT' STORAGE ANA HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 CiI' Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 01 7l 23 - 1 CONSTRUCTION STAKING Page l oF3 1 2 3 PART 1- GENEIZAI, 4 1.1 SIJMMARY 5 6 7 8 9 10 11 12 1.2 SECTION Ol 71 23 CONSTRUCTION STAKING A. Section includes: 1. Requirements for construction staking. B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 l. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFEItENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUII�MENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Construction Stakes 1. Constzuction 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. Tf 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. 34 1.5 SUBMITTALS 35 A. Submittals, if required, shall be in accordance with Section Ol 33 00. 36 1. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Ctvistine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjectNo. 01265 Revised July 1, 201 I 01 71 23 - 2 CONSTRUCTION STAKWG Page 2 of 3 1 1.6 ACTION SUIiMITTALS/INFORMATIONAL SUBMITTALS 2 A. Certificates 3 1. Provide certificate certifying that elevations and locations of improvements are in 4 conformance or non-conformance with requirements of the Contract Documents, 5 a. Certificate inust be sealed by a registered professional land surveyor in the 6 State of Texas. 7 B. Field Quality Control Submittals 8 1. Documentation verifying accuracy of field engineering wark 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSUI2ANCE 12 A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced 13 in the necessary crafts and who are completely familiar with the specified requirements 14 and the n7ethods needed for proper performance of the Worlc. 15 1.10 DELIVER'�', STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WA.12I2ANTY [NOT USED] 18 PART 2- PRODUCTS [NOT US�D] 19 PART 3 - EX�CUTION 20 3.1 INSTALLERS [NOT US�D] 21 3.2 �XAMINATION [NOT US�D] 22 3.3 PREPARATION 23 A. Verify location and protect control points before commencing Work. 24 B. Notify City's Project Representative immediately of any discrepancies discovered. 25 3.4 APPLICATION [NOT USED] 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD [ox) SIT� QUALTTY CONTROL 29 A. Preserve permanent reference points during progress of the Work. 30 B. Do not change or relocate reference points without approval from the City. 31 C. Utilize recognized engineering survey practices. CITY OF FORT WORTH 2O08 CTP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTTON SPECIrICATION T)OCUMENTS City Project No. 01265 Revised luly 1, 20] I 017123-3 CONSTRUCTION STAKING Page 3 of 3 1 3.8 SYST�M ST�iRTUP [NOT USED] 2 3.9 ADJUSTING (NOT US�D] 3 3.10 CLEANING (NOT USLD] 4 3,11 CLOSEOUT ACTIVITIES [NOT US�D] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINT�NANCE (NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 E 10 �ND OT SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 C!P Contract SA Cfu�istine Avenue, C}u�istine Court & Quinn 3treet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 OI7423-I CLEANING Page 1 of 3 1 2 3 PARTl- G�NERAL 4 1.1 SUMMARY SECTION O1 74 23 CLEANING 5 A. Section Includes: 6 1. Interniediate and final cleaning for Work not including special cleaning of closed 7 systems speciiied elsewhere 8 B. Deviations from this City of Port Worth Standard Specification 9 l. None. • 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDUI2�S 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 IZEFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE R.EQUIIt�MENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT US�D] 30 1.10 STORA.GE, AND IIANDLING 31 A. Storage and Handling Requirements 32 l. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01265 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 3 1 1.11 FIELD [SIT�] CONDITIONS [NOT US�D] 2 L12 WAI2RA:�ITY [NOT US�D] 3 PART2- PRODUCTS 4 2.1 OWNER-FLJI2NIS��D (oR] OWNER-SUPPLI�DPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORI�S [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT US�D] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT US�D] 15 3.2 EXAMINATION [NOT US�D] 16 3.3 PREPARATION [NOT US�D] 17 3.4 APPLICATION [NOT USEDJ 18 3.5 REPAIR / RESTORATTON [NOT US�D] 19 3.6 RE-INSTALLATION [NOT US�D] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT US�D] 21 3.8 SYSTEM STARTUP [NOT US�D] 22 3.9 ADJUSTING [NOT US�D] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 S, Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH 2O08 CTP Conhact SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCCJMENTS City Project No. 01265 Revised July l, 2011 01 74 23 - 3 CLEAN iNG Page 3 of 3 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intemiediate Cleaning during Construction 10 l. Keep Work areas clean so as not to hinder health, safety or convenience of ll personnel in existing facility operations. 12 2. At maximum weekiy intervals, dispose of waste materials, debris and rubbish. 13 3. Coniine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prioz• to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm, 21 22 23 24 25 26 27 28 29 30 31 3z 33 34 35 36 37 38 39 40 41 42 C. Interior Final Cleaning l. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials fiom sight-exposed surfaces. 2. Wipe all lighting fixture reflectars, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent �lters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop ofiice and control room floors. D. Exterior (Site or Right of Way) Final Cleasung l. 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, conerete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 01 74 23 - 4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control fi•om site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITI�S [NOT US�D] 5 3.12 PROT�CTION [NOT US�D] 6 3.13 MAINTENANCE [NOT US�D] 7 3.14 ATTACHMENTS [NOT US�D] S 0 ENll OI�' S�CTION Revision Log DATE NAME SUMMARY OF CHANG� 10 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATTON DOCiJMENTS City Project No. 01265 Revised July 1, 2011 017719-1 CLOSEOUT REQUfREMENTS Page 1 of 3 1 2 3 PART 1 - GENEItAL 4 1.1 SUMMARY SECTION Ol 77 19 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 1. The procedui•e for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Speciiication 8 1. None. 9 C. Related Speciiication Sections include, but are not necessai•ily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 ItEF�R�NCES [NOT USED] 17 1.4 ADMINISTRA.TIV� R�QUII2�MENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certiiicates, licenses and affidavits required for Work or equipment as speciiied are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactoiy evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF CORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCT[ON SPECIFTCATION DOCUMENTS City Pinject No. 01265 Revised July l, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 LC INI'ORMATIONAL SUl3MITTALS [NOT USED] 2 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - ��'.ECUTION 5 3.1 INSTALL�RS [NOT USED) 6 3.2 �XAMINATION [NOT USED) 7 8 3.3 PREPARA.TION [NOT USED] 3.4 CLOSEOUT PROC�DUR� 9 A. Prior to requesting Final Inspection, submit: 10 l. Project Record Documents in accordance with Section Ol 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. FinalInspection 1. After iinal cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Worlc required to remedy deiiciencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the iteins listed in the City's written notice, infonn the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial iill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment � D. Notice ofProject Completion CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01265 Revised July 1, 2011 017719-3 CLOSEOUT REQUIREMENTS f'agc 3 of 3 1 2 3 4 5 6 7 s 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 l. Once the City Project Representative iinds the Work subsequent to Final Inspection to be satisfactory, the City �vill issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation l. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evahlation 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 ItEPAIR / RESTORATION [NOT US�D] 3.G R�-INSTALLATION [NOT USED] 3.7 FI�LD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D] 3.9 A.DJUSTING [NOT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES (NOT US�D) 3.12 PI20TECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH 2O08 CiP ConU�act SA Chiistine Avenue, Cluistine Court & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA A. Section Includes; 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffc Controllers b. In-igation Controllers (to be operated by the City) c. Butterfly Valves 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 PROC�DUItES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed fox this Item. 1.3 I2�FER�NC�S [NOT USED] 1.4 ADMINISTRATIVE 12EQUIREMENTS 23 A. Schedule 24 1. Submit manuals in fnal form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section Ol 33 00 Submittal Procedures. All 28 submittals shall be approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Form 1. Prepare data in form of an instzuctional manual for use by City personnel. 2. Format a. Size: 8'/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 201 I 0 ] 78 23 - 2 OPERATION AND MAiNTENANCE DATA Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 ar 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and majar component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a} Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent grouprngs. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content �a 3. � 1. Neatly typewritten table of contents for each vohime, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The nalne, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. Product Data a. Tnclude only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF F�RT WORTH 2O08 CIP Contract SA Cht7stine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECTFICATION DOCiIMENTS City Project No. 01265 Revised July 1, 201 l Ol 78 23 - 3 OPERATION AND MAINTGNANCE DATA Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5. Copy of each warranty, bond and service contract issued a. Provide infoimation sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instanees which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Subinit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and mainteuance 1) Manufacturer's recoinmendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full infoimation 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 fonn. 2. Content, for each unit of equipmeni and system, as appropriate: a. Description of unit and component parts 1) Funetion, normal operating cl�aracteristics and limiting conditions 2) Performance curves, engii�.eering data and tests 3) Coinplete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and nonnal operating instz-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. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions £ Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by eontrols manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCtIMENTS City Project No, 01265 Revised July 1, 2011 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 4 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 3 :� i. Charts of valve tag numbers, with location and function of each valve j, List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications Content, for each electric 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) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and vormal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications Prepare and include additional data when the need for such data becomes apparent during instniction of City's personnel. 30 1.7 CLOS�OUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANC� 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings . CITY OF FORT WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01265 Revised July 1, 2011 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 D�LIV�RY, STORAGE, AND I3ANllLING [NOT USED] 2 1.11 FIELD [SIT�] CONDITIONS [NOT USLD] 3 1.12 Wr1IZI2�IVTY [NOT US�DJ 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT' USED] @ 7 END OI' SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 20I I 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 3 1 2 3 PART 1 - G�N�I2AI. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1.1 SITMMARY S�CTION O1 78 39 PROJECT RECORD DOCUMENTS A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 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 1.2 PRICE AND PAYMENT PROCEDUIZES 18 19 20 21 1.3 22 1.4 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. REFERENCES [NOT USED] ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A, Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED� 28 1.8 MAINT�NANC� MATERTAL SUBMITTALS (NOT USED] 29 30 31 32 33 34 35 36 1.9 QUALITY ASSURANCE A. Accuracy of Recoz-ds 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Speciiications and each sheet of Drawings and other pocuments where such entry is required to show the cliange properly. 2. Accuracy of records shall be such that fiiture search for items shown in the Contract Documents znay rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Comt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 3 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modiiication of the Work to proceed without lengthy and 5 expensive site measurement, iuvestigation and examination. 6 1.10 STORAG� AND HANDLING 7 8 9 10 11 12 13 14 15 16 A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Docurnents. 1.11 FIELD [STTE] CONDITIONS [NOT US�D] 1.12 WA�IZ.RANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-TiTRNISH�D [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 20 21 22 23 24 25 26 27 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents cornprising the Contract. B. Final Record Documents 1. At a tiine nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACC�SSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT US�D] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 31 32 33 34 35 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION (NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Mainteilance of 7ob Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECOIZD DOCUMENTS - JOB SET". CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIrICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 %J 3 � 5. 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 far any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. Coordinatiozi with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping chauges, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only sehematically on the Drawings. b, Show on tlxe j ob set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each iun of items. 1) Final physical arrangement is detennined 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 speciiically issued in writing by the City. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH 2O08 CIP Contcact SA C}u�istine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 0l 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 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 a Call attention to each entry by drawing a°cloud" around the area or areas affected. d, Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a, If the Documents, other than Drawings, have been kept clean during progress of the Worlc, ai�d if entries tliereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any sucli Document is not so approved by the City, secure a new copy of that Document fi�om the City at the City's usual chaige for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPATR / 1tESTORATION [NOT USED] 3.6 ItE-TNSTALLATION [NOT US�D] 3.7 I'IELD [ort] SITE QUALITY CONTROL [NOT US�D] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OI' S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH 2O08 CIP Cont��act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 024113-1 SELECTIVE S1TE DEMOLITION Page 1 of 5 1 2 3 PART1- GEN�RAL 4 1.1 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 1.2 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 02 41 13 SELECTIVE SITE DEMOLITION SUMMAI2Y A. Section Includes 1. Removing sidewalks and steps. 2. Removing ADA ramps and landings. 3. Removing driveways. 4. Removing fences. 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall). 7. Removing mailboxes. 8. Removing rip rap. 9. Removing miscellaneous concrete stzuciures 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 1. None D. 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 31 23 23 - Fill. PRIC� AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement: a. Remove Sidewalk: measure by square foot. U. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Driveway: measure by the square foot by type. e. Remove Fence: measure by the linear foot. f. Remove Guardrail: measure by the linear foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot h. Remove Mailbox: measura by each. i. Remove Rip Rap: measure by the square foot. j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment: CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Q uinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 02 41 13 - 2 SELECTIVE SITE DEMOLITTON Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute warlc. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. S b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, 6 tools, equipment, labor and incidentals needed to execute work. 7 c. Remove ADA Ramp and landing: full cornpensation for saw cutting, removal, 8 hauling, disposal, tools, equipment, labor aud incidentals needed to execute 9 work. Work includes ramp landing removal. 10 d. Ren7ove Driveway: full compensation for saw cutting, removal, hauling, 11 disposal, tools, equipment, labor and incidentals needed to remove improved 12 driveway by type. 13 e. Rernove Fence: fitll compensation for removal, hauling, disposal, tools, 14 equipment, labor and incidentals needed to remove fence. 1S £ Remove Guardrail: full compensation for removing materials, loading, hauling, 16 unloading, and storing or disposal; furnishing backfill material; backiilling the 17 postholes; and equipment, labor, tools, and incidentals. 18 g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 19 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 20 needed to execute work, Sidewallc adjacent to or attached to retaining wall 21 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 22 removal. 23 h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 24 equipment, labor and incidentals needed to execute work. 25 i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 26 disposal, tools, equipment, labor and incidentals needed to execute work. 27 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 28 removal, hauling, disposal, tools, equiprnent, labor and incidentals needed to 29 execute work. 30 1.3 ItEF�I2�NCES 31 A. Deiinitions 32 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 33 pavers. CITY OF FORT WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Q uinn Street STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS City Project No. 01265 Revised July 1, 20ll 02 41 13 - 3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1.4 ADMINISTRATIV� 1�QUIItEMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INI�'ORMATIONAL SUBMITTALS [NOT US�ll] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSiJRANC� [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 TIELD [SITE] CONDITIONS [NOT US�D) 9 1.12 WA,ItI2ANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWN�R-FURNISHED PRODUCTS [NOT USED] -. 12 2.2 MATERIALS 13 A. Fill Material: See Section 31 23 23. 14 2.3 ACC�SSOI2IES [NOT US�D] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 �XAMINATION [NOT US�D] 19 3.3 PREPAI2ATION [NOT USED] 20 3.4 REMOVAL 21 A. Remove Sidewalk 22 l. Remove sidewalk to nearest existing dummy, expansion or construction joint. 23 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 24 B. Remove Steps 25 1. Remove step to nearest existing dummy, expansion or construction joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 C. Remove ADA Ramp 28 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 29 See 3.4.K. 30 2. Remove ramp to nearest existing dummy, expansion oi• construction joint on 31 existing sidewalk. 32 D. Remove Driveway 33 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 34 3.4.K. 35 2. Remove drive to nearest existing dummy, expansion or construction joint. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Q uinn SU•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 02 41 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 2 4. Remove adjacent sidewalk to nearest existing dtmimy, expansion or construction 3 joint on existing sidewalk. 4 E. Remove Fence 5 1. Remove all fence components above and below ground and backfill with acceptable 6 fill material, 7 2. Use caution in removing and salvaging fence materials. 8 3. Salvaged materials may be used to reconstruct fence as approved by City or as 9 shown on plal�s. 10 4. CONTRACTOR responsible for keeping animals (livestock, pets, etc.) within the 11 fenced areas during construction operation and while removing fences. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 F. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings fronl the posts and the metal rail and then pull the posts, 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the sun•ounding 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) l. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3,4.IC. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 26 H. Remove Mailbox 27 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 28 reconstruction. 29 I. Remove Rip Rap 30 1, Remove rip rap to nearest existing dummy, expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 32 33 34 35 36 37 38 39 40 41 J. Remove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. K. Sawcut 1. Sawing Equipment a. Power-driven CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Q uinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01265 Revised July 1, 2011 02 41 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 b. Manufactured for the purpose of sawing paveinent 2 c. In good operating condition 3 d. Shall not spall or fracture the pavement to the removal area 4 2. Sawcut perpendicular to the surface completely through existing pavement. 5 3.5 I2�PAIl2 [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 SITE QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT US�D] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CL�ANING [NOT US�D] 11 3.11 CLOSEOUT ACTIVITIES [NOT U5ED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHM�NTS [NOT USED) 15 END OF SECTION � 17 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christuie Couit & Q uinn Sh•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 024114-1 UTILITY REMOVALABANDONMENT Page l of 3 1 2 3 PART 1 - GENEItAI., 4 1.1 SITMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 23 29 30 31 32 33 34 35 36 37 1.2 38 39 40 OSECTION 02 41 14 UTILITY REMOVAL/ABANDONMENT 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. Sanitaiy Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes 1. Storm Sewer Lines m. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 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 PRIC� AND PAYMENT PROC�DURES A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurement CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pinject No. 01265 Revised Juty 1, 2011 02 4l 14 - 2 UTILITY REMOVAL/ABANDONMENT Page 2 of 3 1 2 3 4 5 ( 7 8 9 10 11 12 13 14 15 16 �." c. 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted. Measure by tickets showing cubic yards of grout applied. Payment 1) The work performed aild materials furnished in accordance with this Item and measured as provided under "MeasuremenY' shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) rurnishing, placement and compaction of backfill 8) Clean-up 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Itein shall be per linear foot of existing utility line to be removed. b. Payment 1) The work perfornled and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment CITY OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Christine Cou�t & Quinn Street STANDARD CONSTRUCTION SPECiFICATION DOCLTMENTS City Project No. 01265 Revised July l, 20l 1 024( 14 -3 UTILITY REMOVAUABANDONMENT Page 3 of 3 1 2 3 4 5 6 7 8 9 10 il 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 45 46 4'1 48 49 1) The wark performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be iustalled. 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 "Pxessure Plug" installed for: a) Various sizes c: The price bid shall include: 1) Purnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling S) 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 furnisl�ed 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. Tlle price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM CITX OF FORT WORTH 2O08 CIP ConUact SA C}uistine Avenue, Christine Comt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 02 4l 14 - 4 UTILITY REn40VAL/ABANDONMENT Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a, Measurement 1) Measur�ineilt for tl�is Item will be �er eaeh water valve ta be renloved, b. Payment 1) The work per•foi•med and materials fuinished in accordance with this Item and measured as provided under "Meastu�ement" sllall 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 ofvalve 2) CLSM 3) Pavement removal 4) �xcavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work perforined and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backiill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. 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 "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: 1) Abandonment ofvalve CITY OF FORT WORTH 2O08 CiP Conhact SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECTFICATION DOCUNTENTS City Project No. 01265 Revised July 1, 201 I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0241 1�1 -5 UTILITY REMOVAUABANDONMENT Page 5 of 5 G 7. : 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Fire Hydrani Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and znaterials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation S) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Water Sampling Staiion Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment l) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clvistine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Piroject No. 012G 5 Revised July l, 2011 024114-6 UTILITY REMOVAUABANDONMENT Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0 c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Concrete Water Vault Removal a. Measui•ement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit piice bid per each "Rernove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfll 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1 2. Abandorunent of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandoiunent plug installed. b. Payment 1) The work performed and materials fui7lished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer• Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up Sanitary Sewer Manhole Removal a. Measurement CITY OF FORT WORTH ' 2008 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS Ciry Project No. Ot265 Revised July l, 2011 02 41 14 - 7 UTILITY REIviOVAUASANDON�9ENT Page 7 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Iten� and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Mauhole" for: a) Various diameters c. The price bid shall inchide: 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 S) Furnishing, placement and compaction of backfill 9) Clean-up Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment 1) The worlc performed and materials furnished in accordance with this Itenn and measured as provided under "Measurement" shall be paid Foi- at the lump suin 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) Purnishing, placement and compaction of backfill 7) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storin 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 fui�nished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Stortn 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 C1TY OF FORT WORTH 2O08 CIP Cont�•act SA Christine Avenue, Ctu�istine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 02 41 14 - 8 UTILTTY REMOVALlABANDONMENT Page 8 of 8 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 rs 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 2 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes 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 reinoval 4) �xcavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placeinent and compaction of backfill 8) Clean-up 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction stiucture 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 "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a, Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Sh-ucture" location. c. The price bid shall include: 1) Removal and disposal of junction structure CTTY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 0241 t4 -9 UTILITY REiYIOVAllABANDONMENI' Page 9 of 9 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 3S 36 37 38 39 40 41 42 43 44 45 46 47 48 49 �� � F 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' shall be paid for at the unit price bid per each "Remove Stortn 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 Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Iiem 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 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 fizrnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Headwall/SET". CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street 5TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 oa 4i ra - �o UT[L1TY REMOVAUABANDONMENT Page 10 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 r� 20 21 22 23 24 25 E.3 c. The price bid shall include: 1) Removal and disposal ofHeadwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Fw�nishing, placement and compaction of backiill 7) Clean-up 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. The price bid shall include: 1) Reinoval and disposal of storm sewer• line 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 26 1.3 R�FERENCES [NOT USED] 27 1.4 ADMINISTRATIVE I2EQUII2�MENTS 28 29 30 1. Contact Inspector and the Water Department Field Operation Storage Yard for coordination of salvage material return. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED) 35 1.9 QUALITY ASSIJRANCE [NOT USED] 36 1.10 DELIV�RY, STORAG�, AND HANDLING 37 A. Storage and Handling Requirements 38 1. Protect and salvage all materials such that no damage occurs during delivery to the 39 City. A. Coordination CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 l 0241 l4 - 11 UTILITY REMOVAUABANDONMENT Page 1 I of I 1 1 1.11 FIELD [SIT�] CONDITIONS [NOT US�D] 2 1.12 WARIZANTY [NOT USLD] 3 PART2- PRODUCTS 4 2.1 OWNER-FUIZNISHED (oR] OWNER-SUPPLIED PRODUCTS [NOT US�ll] 5 2.2 MAT�RIA.LS 6 2.3 ACCESSORIES [NOT USED] - 7 2.4 SOURCE QUALITY CONTROL [NOT US�D] 8 PART 3 - EXECUTION 9 3.1 INSTA.LL�RS [NOT USED] 10 3.2 EXAMINATION [NOT US�D] 11 3.3 PR�PAItATION (NOT US�DJ 12 3.4 ItEMOVAL, SALVAGE, AND ABANDONM�NT 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 A. Water Lines and Appurtenances l. Water Line Pressure Plugs a. Ductile Iroti Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 1 l. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 1 l. 3) Perfonn 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 backiill in accordance with Section 33 OS 10 2) Plug using: a) A faUricated 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 fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug CITY OF FORT WORTH 2O08 CII' Contract SA Christine Avenue, Christioe Coiut & Quinn Street STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 02 41 14 - 12 UTILITY REMOVAIlABANDONMENT Page 12 of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1s 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 a. Excavate and bacicfill in accordance with Section 33 OS 10. b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandomnent by Grouting a. Excavate and backfll 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 accar•dance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Cut existing line from the utility system prior to removal. a Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 5. Water Valve Removal a. Excavate and bacicfill in accordance with Section 33 OS 10, b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage . a. Excavate and backfill in accordance witl� Section 33 OS 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a, Excavate and backfill in accordance with Section 33 OS 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Sectioi� 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in aceordance with Section 33 OS 10. b. Reinove Fire Hydrant. c. Place abandonment plug on iire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non-cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of ineter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. CITY OF FORT WORTH 2O08 CIP Conttact SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS City Project No. 01265 Revised July 1, 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 41 42 43 44 45 46 47 02 41 14 - 13 U'I'ILITY REMOVAUABANDONMENT Page 13 of 13 b. Deliver salvaged material to the Water Department Field Operation Storage Yard. 1 l. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 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. £ Renlove and dispose of any piping or other appurtenances. g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 OS 10 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. B. Sanitary Sewer Lines and Appurtenances �� 3 4. � 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. Sanitary Sewer Line Abandonment by Grouting a. Excavate azid 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 Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Seciion 33 OS 10. b. Cut existing line from the utility system prior to removal. a Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 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. 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 l. Storm Sewer Abandonment Plug a. �xcavate and backfill in accordance with Section 33 OS 10. CITY OF FORT WORTH 2O08 CIP ConUac[ SA Christine Avenue, Christine Coui1 & Quinn Street STANDARD CONSTRUCTION SPEC►FICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 02 41 14 - 14 UTTLITY REMOVAUABANDONMENT Page 14 of 14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 b. Dewater line. c. Plug witl� CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 OS 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material, 3. Storn� Sewer Line Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manholes Removal a. Excavate and bacicfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete manhole. c. Cut and plug storm sewer lines to be abandoned. S. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10, b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backiill in accordance with Section 33 OS 10. b. Deinolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storni Sewer Box Removal a. Excavate and backiill 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. 8. Headwall/SET Removal a. Excavate and backfill in accordance with Seciion 33 OS 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backiill in accordance with Section 33 OS 10. b. Remove existing pipe line and dispose as approved by City. 36 3.5 REPAIR / RESTORATION [NOT US�D] 37 3.6 RE-INSTALLATION [NOT USED] 38 3.7 FIELD [o�] STTE QUALITY CONTROL 39 3.8 SYSTEM STARTUP [NOT USED) 40 3.9 ADJUSTING [NOT USED] 41 3.10 CLEANING [NOT US�D] 42 3.11 CLOSEOUT ACTIVITIES [NOT USED] 43 3.12 PROTECTION [NOT US�D] CITY OF FORT WORTH 2O08 CTP Contract SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFiCATION DOCLJMENTS City Project No. 01265 Revised July 1, 2011 ' 02 41 14 -15 UTILITY REMOVAUABANDONMENT Page 15 of 15 1 313 MAINTENANCE [NOT US�D] 2 3.14 ATTACHM�NTS (NOT USED] 3 �ND OF S�CTION 4 G Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 C1P Contract SA Cluistine Avenue, Christu�e Court & Quinn Street STANDARD CONSTRUCTION SPECIF1CATlON DOCUMBNI'S City Project No. 01265 Revised July 1, 201 I 024115-1 PAVING REMOVAL Page 1 of 6 1 2 3 PART1- GEN�RAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 S�CTION 02 41 15 PAVING REMOVAL A. Section Includes 1. Removing concrete paving, asphalt paving and brick paving. 2. Removing concrete curb and gutter. 3. Removing concrete valley gutter. 4. Milling roadway paving. 5. Pulverization of existing pavement. 6. Disposal of removed materials. B. Deviations from City of Fort Worth Standards 1. None C. Related Specification Sections include but are not necessarily limited to l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements 3. Section 32 11 33 - Cement Treated Base Course 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Measurement a. Remove Conerete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphali Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by tlie square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling; measured by the linear foot, i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. b, Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 0241 15 -2 PAViNG REMOVAL Page 2 of 6 1 d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, 2 hauling, disposal, tools, equipment, labor and incidentals needed to execute 3 worlc. 4 e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, 5 hauling, disposal, tools, equipment, labor and incidentals needed to execute 6 work. 7 £ Wedge Milling; full compensation for all milling, hauling milled material to 8 salvage stockpile or disposal, tools, labor, equipment and incidentals necessaiy 9 to execute the worlc. 10 g. Surface Milling: full compensation for all milling,llauling milled material to 11 salvage stockpile or disposal, tools, laUor, equipment and incidentals necessary 12 to execute tlle work. 13 h. Butt Milling: fiill compensation for all milling, hauling milled material to 14 salvage stockpile or disposal, tools, laUor, equipment and incidentals necessary 15 to execute the worlc. 16 i, Pavement Pulverization: full compensation for all labor, material, equiprnent, 17 tools and incidentals necessaty to pulverize, remove and store the pulverized 18 material, undercut the base, mixing, compaction, haul off, sweep, and dispose 19 of the undercut material. 20 j. Remove speed cushion: full compensation for removal, hauling, disposal, 21 tools, equiprnent, labor, and incidentals needed to execute the work. 22 k. No payment for saw cuttin� of pavement or curbs and gutters will be made 23 under this section. Include cost of such work in unit prices for items listed in 24 bid form requiring saw cutting. 25 1. No payment will be made for work outside maximum payment limits indicated 26 on plans, or for pavements or structures removed for CONTRACTOR's 27 convenience. 28 1.3 RETERENCES 29 A. ASTM International (ASTM): 30 a, D698, Standard Test Methods for Laboratory Compaction Characteristics of 31 Soil Using Standard Effort (12 400 ft-Ibf/ft3 (600 kN-m/m3)) CITY OF P'ORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. 01265 Revised July l, 20l I 02 41 15 - 3 PAVING REMOVAL Page 3 of 6 1 1.4 ADMINISTRAlIVE IZEQUII2EMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTA.LS/INFORMATIONAL SUBMITTALS [NOT US�D] 4 1.7 CLOSEOUT SITBMITTALS [NOT USED] 5 1.8 MAINTENANCE MAT�RIAL SUBNIITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT US�D] 7 1.10 DELIV�RY, STORAGE, AND IIANDLING [NOT USED] 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WAIZRANTY [NOT USED] 10 PART 2 - PRODUCTS i 1 2.1 OWN�R-FUI2NISHED PRODUCTS [NOT US�D] 12 2.2 EQUIPMENT [NOT USED) . 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 �XAMINATION [NOT USED] 17 3.2 INSTALL�RS [NOT US�D] 18 3.3 P12�PAI2ATION 19 A. General: 20 1. Mark paving removal limits for City approval prior to beginning removal. 21 2. Identify known utilities below grade - Stake and flag locations. 22 3.4 PAVEM�NT REMOVAL ' 23 A. General. 24 1. Exercise caution to minimize daznage to underground utilities. 25 2. Minimize amount of earth xemoved. 26 3. Remove paving to neatly sawed joints. 27 4. Use care to prevent fracturing adjacent, existing pavement. ' 28 B. Sawing 29 1. Sawing Equipment. 30 a. Power-driven. 31 b. Manufactured for the purpose of sawing pavement. 32 c. In good operating condition. 33 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 34 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 35 perpendicular to existing joint. 36 3. Sawcut parallel to the original sawcut in square or rectangular fashion. CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjeCt No. 01265 Revised July l, 2011 02 41 15 - 4 PAVING REMOVAL Page A of 6 1 2 3 4 5 ( 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 45 4. If a sawcut falls witlun 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge oi• 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. Remove Concrete Paving and Concrete Valley Gutter l. Sawcut: See 3.4.B. 2. Remove conerete to the nearest expansion joint or vertical saw cut. D. Remove Concrete Curb and Gutter l. Sawcut: See 3.4.B. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving l. Sawcut: See 3.4.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4, Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General: a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over tlie milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. e. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. £ Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. CITY OF FORT WORTH 2O08 CIP Contract SA Chris6ne Avenue, Clu9stine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS City Pinject No. 01265 Revised July 1, 2011 0241IS-5 PAVING REMOVAL Page 5 of 6 i 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 � 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 znatch the existing pavement (0-inch cut) at a minimum width of S feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniforni surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. d. In all situations where the existing H.M.A.C. suriace 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 maruier along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface, e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. £ Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a liile adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 33 1. Remove masonry paving units to the limits speciiied in the plans or as directed by 34 the City. 35 2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile 36 yard at 3300 Yuma Street or as directed. 37 38 39 40 41 42 43 44 45 46 47 H. Pavement Pulverization l. Pulverization a. Pulverize the existing paveinent 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 ceinent. b. See Section 32 11 33. 3. Mixing: see Section 32 11 33. 4. Compaction: see Section 32 11 33. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court 8c Quinn Street STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 0241 l5 -6 PAVING REMOVAL Page 6 of 6 1 5. Finishing: see Section 32 11 33. 2 6, Curing: see Section 32 11 33. 3 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed � stonelgravel; 5 a. Undercut not required 6 b. Pulverize 10 inches deep. 7 c. Remove 2-inch the total pulverized amount. 8 I. Remove speed cushion 9 1. Scrape or sawcut speed cushion fi•om existing pavement without damaging existing 10 pavement, 11 3.5 ItEPAIR (NOT US�D] 12 3.6 R�-IN5TALLATION [NOT USED] 13 3.7 rI�LD QUALITY CONTROL [NOT USED� 14 3.8 SYST�M STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOS�OUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANC� [NOT USED] 20 3.14 ATTACHM�NTS [NOT US�D] 21 � END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cou�t & Quinn Street STANDARD CONSTRUCTION SPECIFTCATION DOCLJMENTS City Project No. 01265 Revised 7uly 1, 2011 03 30 00 - 1 CAST-IN-PLACE CONCRETE Page 1 of 25 1 2 3 PART 1 - GENEI2�I, 4 1.1 SUMMARY 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 S�CTION 03 30 00 CAST-IN-PLACE CONCRETE A. Section Includes: 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs-on-grade d. Foundation walls e, Retaining walls f. Suspended slabs g. Blocking B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Biddiug Requirements, Contract Forms and Conditions of the Co�tract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDUItES A. Measurement and Payment l. Measurement a. This Itezn 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 IZ�FERENCES A. Definitions l. Cementitious Materials a. Portland cement alone or in combination w.ith 1 or nnore 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 specificatiori B. Reference Standards CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. OI265 Revised July 1, 201 I 03 30 00 - 2 CAST-IN-PLACE CONCRETE Page 2 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1 2. K3 � 5 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. American Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute or Kenaf. Amei7can Concrete Institute (ACI); a. ACI 117 Speciiication for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete £ ACI 318 Building Code Requirements far Structural Concrete g. ACI 347 Guide to Forinwork for Concrete 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 Stnictural Steel, b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. c. A193, Standard Speciiication 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 Defonned and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field, g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready-Mixed Concrete. lc. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) I. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. m. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. r. C260, Standard Speciiication for Air-Entraining Admixtures for Concrete. s. C309, Standard Speciiication for Liquid Membrane-Fonning Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. CITY OF FORT WORTH 2O08 CIP Conhact SA Christine Avenue, Christine CouiY & Quinn Street 3TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I • 03 30 00 - 3 CAST-IN-PLACE CONCRETE Page 3 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 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 Concreie. w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars. x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. aa. C1240, Standard Speciiication for Silica Fume Used in Cementitious Mixtures. bb. El 1 S5, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Speciiication for Hardened Steel Washers. 6. Americau Welding Society (AWS). a. Dl.l, Structural Welding Code - Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 25 1.4 ADMINISTRATIVE REQUIREM�NTS 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Work Included l. Design, fabrication, erection and stripping of formwork for cast-in-place concrete izicluding 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 perfonn the following: a. Cast-in-place concrete b. Concrete mix designs c. Grouting 40 1.5 SUBMITTALS 41 A. Submittals shall be in accoxdance with Section Ol 33 00. 42 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 43 fabrication for specials. C1TY OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Christine Cowt & Quinn Sh�eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01265 Revised July l, 201 I 03 30 00 - 4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.6 ACTION SUBMITTALS/INFORMATIOl�tAL SUBMITTALS 2 A. Product Data 3 1. Required for each type of product indicated 4 B, Design Mixtures 5 1. ror each concrete mixture submit proposed mix designs in accordance with ACI 6 318, chapter 5. 7 2. Submit each proposed mix design with a record of past performance. 8 3. Submit alternate design mixtures when characteristics of materials, Project condi- 9 tions, weather, test results or other circumstances warrant adjustments. 10 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 11 a. Include this quantity on delivery ticket. 12 C, Steel Reinforcement Submittals for Tnformation 13 1. Mill test certiiicates of supplied concrete reinforcing, indicating physical and chem- 14 ical analysis. 1S 1.7 CLOS�OUT SITBMITTALS [NOT USED] 16 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSUI2ANC� 18 A. Manufacturer Qualifications 19 1. A finn experienced in manufacturing ready-inixed concrete products and that com- 20 plies with ASTM C94 requirements for production facilities and equipment 21 2. Manufacturer certiiied according to NRMCA's "Certiiication of Ready Mixed 22 Concrete Production Facilities" 23 B. Source Limitations 24 1. Obtain each type or class of cementitious material of the same brand from the same 25 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 26 1 source fi•om a single manufacturer. 27 C. ACI Publications 28 1. Comply with the following unless modiiied by requirements in the Contract Docu- 29 ments: 30 a. ACI 301 Sections 1 through 5 31 b. ACI 117 32 D. Concrete Testing Service 33 1, Engage a qualified independent testing agency to perform material evaluation tests. 34 1.10 DELIVERY, STORAGE, AND IIANDLING 35 A. Steel Reinforcement 36 l. Deliver, store, and handle steel reinforcement to prevent bending and damage. 37 2. Avoid damaging coatings on steel reinforcement. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 03 30 00 - 5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 B. Waterstops 2 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 3 contaminants, � 4 1.11 FI�LD CONDITIONS [NOT USED] 5 1.12 WARI2ANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWN�R-I+URNIS�IED OR OWN�R-SUPPLIED PRODUCTS [NOT USED] 8 2.2 PRODUCT TYPES AND MAT�IZIALS 9 A, Manufacturers 10 1. In other Part 2 articles where titles below introduce lists, the following requirements 11 apply to product selection: l2 a. Available Products: Subject to compliance with requirements, products that 13 may be incorporated into the Work include, but are not limited to, products 14 specified. 15 b. Available Manufacturers: Subject to compliance with requirements, 16 manufacturers offering products that may be incorporated into the Work 17 include, but are not limited to, manufacturers speciiied. 18 B. Form-Facing Materials 19 1. Rough-Formed Finished Concrete 20 a. Plywood, lun�ber, metal or another approved material 21 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 22 2. Chamfer Strips 23 a. Wood, metal, PVC or rubber strips 24 b. 3/-inch x 3/-inch, minimum 25 3. Rustication Strips 26 a. Wood, metal, PVC or rubber strips 27 b. Kerfed for ease of form removal 28 4. Form-Release Agent 29 a. Commercially formulated form-release agent that will not bond with, stain or 30 adversely affect concrete surfaces 31 b. Shall not impair subsequent treatments of concrete surfaces 32 c. For steel form-facing materials, formulate with rust inhibitor. 33 S. Form Ties 34 a. Factory-fabricated, removable or snap-off inetal or glass-fiber-reinforced 35 plastic form ties designed to resist lateral pressure of fresh concrete on forms 36 and to prevent spalling of concrete on removal. 37 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 38 of exposed concrete surface. 39 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 40 diameter in concrete surface. CITY OF FORT WORTH 2O08 CIP Conu•act 5A Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMBNTS Gity Project No. 01265 Revised July i, 2011 03 30 00 - 6 CAST-IN-PLACE CONCRETE Page 6 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 d. Furnish ties with integral water-ban•ier plates to walls indicated to receive dampproofing or waterproo�ng. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, defo�med D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars tt�ue to length with ends square and free of burrs. 2, Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bais and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete aceording to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2) For slabs-on-grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been speciiied. E, Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full-fusion process, as funlished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt IT, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowals 1 2 Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout-filled masomy. a, The adhesive system shall use a 2-component adl�esive rnix and shall be injeeted with a static mixing nozzle following manufacturer's instructions. b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic-Tie e. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. 01265 Revised July ], 2011 03 30 00 - 7 CAST-IN-PLACE CONCRETE Page 7 of 25 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 a. Nuts; ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot-dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Proj ect: 1) Portland Cement a) ASTM C150, Type UII, gray b) Supplement with the followin�;: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast-Furnace Slag (a) ASTM C989, Grade 100 or 120: 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal-Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide a�gregates from a single source. 4) Maximum Coarse-Aggregate Size a) 3/-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures 1. Air-Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water-Reducing Admixture 1) ASTM C494, Type A CITY OF FORT WORTH 2O08 CIP ConU�act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 03 30 00 - 8 CAST-IN-PLACE CONCRETE Page 8 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Retarding Admixture 1) ASTM C494, Type B e. Water-Reducing and Retarding Admixture 1) ASTM C494, Type D f. High-Range, Water-Reducing Admixture 1) ASTM C494, Type F g. High-Range, Water-Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retar�ding Admixture 1) ASTM C1017, Type II K. Waterstops l. Self-Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium Uentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/a- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro-Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1, Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture-Retaining Cover a. ASTM C171, polyethylene �Im or white burlap-polyethylene sheet 3, Water a. Potable 4. Clear, Waterborne, Membrane-rorming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe-Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) ICaufman Products, Inc.; Thinfilm 420 8) Lambert Corporatidn; Aqua Kure-Clear 9) L&M Construction Chemicals, Tnc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01265 Revised July I, 2011 03 30 00 - 9 CAST-IN-PLACE CONCRETE Page 9 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Tnc.; Horncure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocitre 100 M. Related Materials 1. Bonding Agent a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requireinents, and as follows: 1) Types I and II, non=load bearing 2) IV and V, load bearing, for bonding 3) Hardened or fi•eshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4, Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement-based, polymer-modiiied, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as deimed in ASTM C219 c. Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Overlayment CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 03 30 00 - 10 CAST-IN-PLACE CONCRETE Page 10 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a. Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 � � C Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General 1 2. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or iield test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above speci�ed strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defned in table 5.3.2.2, 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. Cementitious Materials a. Limit percentage, by weight, of cemeutitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast-Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag; 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume; 10 percent CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SpECTFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 03 30 00 - 11 CAST-]N-PLACE CONCRETE Page 11 of 25 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 l. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 37 R. Fabrication of Embedded Metal Assemblies 38 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 39 punching. Holes shall not be made by or enlaxged by burning. Welding shall be in 40 accordance with AWS D1.1. 41 2. Metal assemblies exposed to earth, weather or moistura shall be hot dip galvanized. 42 All other metal asseinblies shall be either hot dip galvanized or painted with an 43 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 44 installed in accordance with the manufacturer's instructions. Repair painted 45 assemblies after welding with same type of paint. 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 Ply Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride-ion content in hardened concrete to 0.1 percent by weight of cement. 4. Admixtures a. Use admixtures accoi•ding to manufacturer's written instructions. b. Do not use admixtures which have not been incoiporated and tested in accepted mixes. c. Use water-reducing high-razige water-reducing or plasticizing admixture in concrete, as required, for placeznent and workability. d. Use water-reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio Uelow 0.50. f, Use corrosion-inhibitirig admixture in concrete mixtures where indicated. P. Concrete Mixtures 1 2 Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 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 veriiied slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Q. Fabricating Reinforcement CITY OF FORT WORTH 200$ CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 03 30 00 - 12 CAST-iN-PLACE CONCRETE Page 12 of 25 S. Concrete Mixing 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1 2 Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and fui7lish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 houis to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. Piroject-Site Mixing. Measure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type batch maehine mixer. a. Tor mixer capacity of 1 cubie yard or smaller, continue mi�ing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For mixer capacity larger than 1 cubic yard, increase rnixing time by 15 seconds for each additional 1 cubic yard. c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of iinal deposit in structure. 19 2.3 ACC�SSORI�S [NOT USED) 20 2.4 SOURC� QUALITY CONTROL [NOT US�D] 21 PART 3 - �X�CUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT US�D] 24 3.3 PREPARATION [NOT US�D] 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3.4 INSTALLATION A, Formwork 1. Design, ereet, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. 2. Construct formwark so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical ali�nment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. CITY OF FORT WORTH 2O08 CIP Contract SA Ch�istine Avenue, Christine Court & Quinn Sh�eet STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01265 Revised July 1, 2011 03 30 00 - 13 CAST-IN-PLACE CONCRETE Page 13 of 25 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 3 0 c. � e. 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. Level alignment 1) Elevation of slabs-on-grade - 3/4 inch. 2) Elevation of top surfaces of fotmed slabs before removal of shores - 3/4 inch. 3) Elevation of foi�ned surfaces before removal of shores - 3/4 inch. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 iuch 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. 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) Maximurn difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in widih between treads in a flight of stairs - 3/8 inch. 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4. 5. � 7. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth-for�ned finished surfaces. b. Class C, 1/2 inch for rough-formed finished surfaces. Construct forms tight enough to prevent loss of concrete mortar. 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 foi�n-facing material. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in iinished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. Construct formwork to cambers shown or speciiied on the Drawings to allow for stnzctural 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 consiruction loads. CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Cou�t & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 03 30 00 - 14 CAST-IN-PLACE CONCRETE Page 14 of 25 1 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 2 caps, walls, and columns straight and to the lines and grades speciiied. Do no earth 3 form foundation elements unless specifically indicated on the Drawings. 4 9. Provide temporary openings for cleanouts and inspection ports where interior area 5 of formwork is inaccessible. Close openings with panels tightly iitted to forms and 6 securely braced to prevent loss of concrete mortar. Locate temporary openings in 7 forrns at inconspicuous locations. 8 10. Chamfer exterior corners and edges of permanently exposed concrete. 9 11. Porm openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 10 bulkheads required in the Work. Determine sizes and locations fiom trades 11 providing such items. 12 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 13 sawdust, dirt, and other debris just before placing concrete. 14 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 15 leaks and inaintain proper alignment. 16 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's 17 written instructions, before placing reinforcement, anchoring devices, and 18 embedded items. 19 a. Do not apply form release agent where concrete surfaces are scheduled to 20 receive subsequent finishes which may be affected by agent. Soak contact 21 surfaces of untreated forms with clean water. Keep surfaces wet prior to 22 placing eoncrete. 23 B. Embedded Items 24 1. Place and secure anchorage devices and other embedded items required for 25 adjoining work that is attached to or supported Uy cast-in-place concrete. Use 26 setting drawings, templates, diagrams, instructions, and directions furnished with 27 items to be embedded. 28 a. Install anchor rods, accurately located, to elevations required and complying 29 with tolerances in AISC 303, Section 7.5. 30 1) Spacing within a bolt group: 1/8 inch 31 2) Location of bolt group (center): 'h inch 32 3) Rotation of bolt group: 5 degrees 33 4) Angle off vertical: 5 degrees 34 5) Bolt projection: � 3/8 inch 35 b. Install reglets to receive waterprooiing and to receive through-wall flashings in 36 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 37 shelf angles, and other conditions. 38 C. Removing and Reusing Forms 39 1. Do not back�ll prior to concrete attaining 75 percent of its 28-day design 40 compressive strength. 41 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 42 Work that does not support weight of concrete may be removed after cumulatively 43 curing at not less than 50 degrees Fahrenheit for 24 hours after placing conerete, if 44 concrete is hard enough to not be damaged by form-removal operations and curing 45 and protection operations are maintained. CITY OF FORT WORTH 2O08 CIP Conh•act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 20t 1 03 30 00 - 15 CAST-IN-PLACE CONCRETE Page I S of 25 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 3 Q a. Leave forniwork for beam soffits, joists, slabs, and other structural eletnents that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. b. Do not a�emove fornlwork 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 cylinder tests, supporting fornzwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum ctur�ulative 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. Foi�nwork 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 spau. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Mininium cumulative curing times may be reduced by the use of high-early strength cement or forming systems which allow fonn removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer ihat the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Coinpletely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if fornls are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the speciiied 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. 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. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Stceet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 ] 03 30 00 - 16 CAST-IN-PLACE CONCRETE Page 16 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support constiuction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standa�•d Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder, Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to inaintain minimum concrete cover. Do not tack weld crossing reinfo�•cing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: �3/8 inch 2) MemUers more than 8 inches deep: �1/2 inch b. Concrete Cover to Formed or Finished Surfaces: �3/8 inches for members 8 inches deep or less; �1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a, Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Intea•ior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends, Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no, 14 and 18 bars. 7. rield Welding of Embedded Metal AssemUlies a, Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July i, 2011 03 30 00 - 17 CAST-IN-PLACE CONCRrTL Page 17 of 25 1 2 3 4 5 6 7 8 9 10 Il 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 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. d. Locate hoxizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed abainst 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 l. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Suppoi-t and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacttu�er'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 a$er adding high-range water-reducing admixtures to mixture. b. Do not exceed the maximum speciiied water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new conerete 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 conerete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 03 30 00 - 18 CAST-IN-PLACE CONCRETE Page 18 of 25 1 b. Consolidate placed concrete with mechanical vibrating equipment according to 2 ACI 301. 3 c. Do not use vibrators to trausport concrete inside forms. Insert and withdraw 4 vibrators vertically at unifornzly spaced locations to rapidly penetrate placed 5 layer and at least 6 inches into preceding layer. Do not insert vibrators into 6 lower layers of concrete that have begun to lose plasticity. At each insertion, 7 limit duration of vibration to time necessary to consolidate concrete and 8 complete embedment of reinforcement and other embedded items without 9 causing mixture constituents to segregate. 10 d. Do not permit concrete to drop freely any distance greater than 10 feet for I 1 concrete containing a high range water reducing admixture (superplasticizer) or 12 5 feet for other concrete. Provide chute or tremie to place concrete where longer 13 drops are necessary. Do not place concrete into excavations with standing 14 water. If place of deposit cannot be pwnped dry, pour concrete tlu-ough a tremie 15 with its outlet near the bottom of the place of deposit. ] 6 e. Discard pump priming grout and do not use in the structure. 17 5, Deposit and consolidate concrete for floors and slabs in a continuous operation, 1� within limits of construction joints, until placement of a panel or section is 19 complete. 20 a. Consolidate concrete during placemeni operations so conerete is thoroughly 21 worked around reinforcement and other embedded items and into corners. 22 b. Maintain reinforcement in position on chairs during conerete placement. 23 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 24 d. Slope surfaces uniformly to drains where required. 25 e. ]3egin initial floating using bull floats or darbies to form a uniform and open- 26 textured surface plane, before excess bleedwater appears on the surface. Do not 27 further disturb slab surfaces before starting finishing operations. 28 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 29 concrete work from physical damage or reduced strength that could be caused by 30 frost, freezing actions, or low temperatures. 31 a. When average high and low temperature is expected to fall below 40 32 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 33 temperature within the temperature range required by ACI 301. 34 b. Do not use frozen materials or materials containing ice or snow. Do not place 35 concrete on frozen subgrade or on suUgrade containing frozen materials. 36 c. Do not use calcium chloride, salt, or other materials containing antifreeze 37 agents or chemical accelerators unless otherwise specified and approved in 38 mixture designs. 39 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 40 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 41 placement. Chilled mixing water or chopped ice may be used to control 42 temperature, provided water equivalent of ice is calculated to total amount of 43 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 44 b. Fog-spray forms, steel reinforcement, and subgrade just before placing 45 conerete. Keep subgrade uniformly moist without standing water, soft spots, or 46 dry areas. 47 J. Finishing Formed Surfaces C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTTON SPECIFICATION DOCCJMENTS City Project No. 01265 Revised July 1, 2011 03 30 00 - 19 CAST-IN-PLACE CONCRETE Page 19 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 1 � Rough-Formed Finish: As-cast concrete texture unparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on fonned-surface irregularities. a. Apply to concrete surfaces not exposed to publie view. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off sulooth and finish with a texture matching adjaeent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items 1. 2. 3. � Filling In: Fill in holes and openings left in concreie structures, unless otherwise indicated, afte�- work of other trades is in place. Mix, place, and cure conerete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. Curbs: Provide monolithic finish to interior curbs by strippin� forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correet elevations, complying with diagrams or templates froin manufactui�er furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. Protectzve slabs ("Mud slabs"): Normal weighi concrete (2500 psi miuimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float iinish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 305.1 for hot-weather protection during curing. 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 fonns. 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 conerete aecording 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 2O08 CIP Contiact SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 03 30 00 - 20 CAST-IN-PLACE CONCRETE Page 20 of 25 1 3) Absorptive cover, water satm�ated, and kept continuously wet. Cover 2 concrete surfaces and edges with 12-inch lap over adjacent absorptive 3 covers 4 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 5 retaining cover for curing concrete, placed in widest practicable width, with 6 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 7 adhesive. Cure for not less than 7 days. Inunediately repair any holes or tears 8 during curing period using cover material and waterproof tape. 9 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 10 receive floor coverings. 11 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 12 receive penetrating liquid floor treatments. 13 3) Cure concrete surfaces to receive floor covei7ngs with either a moisture- 14 retaining cover or a curing compound that the manufacturer certiiies will 15 not interfere with bonding of floor covering used on Project. 16 c. Curing Compound: Apply uniformly in continuous operation by power spray 17 or roller according to inanufacturer's written instructions. Recoat areas 18 subjected to heavy rainfall within 3 hours after initial application. Maintain 19 continuity of coating and repair damage during curing period. 20 3.5 REPAIR 21 A. Concrete Surface Repairs 22 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 23 Remove and replace concrete that cannot be repaired and patched to Engineer's 24 approval, 25 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 26 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 2'1 water for handling and placing. 28 3. Repairing Formed Surfaces: Surface defects include color and texture 29 irregularities, cracics, spalls, air bubbles, honeycombs, rock pockets, iins and other 30 projections on the surface, and stains aud other discolorations that cannot be 31 removed by cleaning. 32 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 33 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 34 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 35 with water, and brush-coat holes and voids with bonding agent. Fill and 36 compact with patching mortar before bonding agent has dried. Fill form-tie 37 voids with patching mortar or cone plugs secured in place with bonding agent. 38 b. Repair defects on surfaces exposed to view by blending white portland cement 39 and standard portland cement so that, when dry, patching mortar will match 40 surrounding color. Patch a test area at inoonspicuous locations to verify 41 mixture and color match before proceeding with patcliing. Compact mortar in 42 place and strike off slightly higher than surrounding surface. 43 c. Repair defects on concealed fornied surfaces that affect concrete's durability 44 and structural perfortnance as determined by Engineer. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 03 30 00 - 21 CAST-IN-PLACE CONCRETE Page 21 of 25 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 � 5 � Repairiilg Unfor�ned Surfaces: Test unfoi-�ned surfaces, such as floors and slabs, for iinish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through uiu-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 �nishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and iinish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. Repair materials and installation not specified above may be used, subject to Engineer's approval. 31 3.6 ItE-INSTALLATION [NOT US�D] 32 3.7 FIELD QUALITY CONTROL 33 34 35 36 37 A. Testing and Inspecting: City will engage a special inspector and qualiiied testing and inspeciing agency to perform field tests and inspections and prepare test reports. B. Inspections 1. Steel reinforcement placement 2. �-Ieaded bolts and studs 38 3. Veriiication of use of required design mixture 39 4. Concrete placement, including conveying and depositing 40 5. Curing procedures and maintenance of curing temperature 41 6. Verification of concrete strength before removal of shores and forms froin beams 42 and slabs CITY OF FORT WORTH 2O08 CIP ConUact SA Christine Avenue, Clu•istine Court & Quimi Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 03 30 00 - 22 CAST-iN-PLACE CONCRETE Page 22 of 25 1 C. Concrete Tests: Perfoinl testing of composite samples of fresh concrete obtained 2 according to ASTM C172 according to the following requirements: 3 l. Testing Frequency: Obtain 1 composite sample for each day's pour of each 4 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 5 each additiona150 cubic yard or fraction thereof, 6 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but 7 not less than 1 test for each day's pour of each conct�ete mixture. Perform additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for 10 each composite sample, but not less than 1 test for each day's pour of each concrete 11 mixture. 12 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 13 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 14 test for each composite sample. 15 5. Compression Test Specimens: ASTM C31. 16 a. Cast and laboratoiy cure 4 cylinders for each composite sample. 17 1) Do not transport field cast cylinders until they have cured for a 18 minimum of 24 hours. 19 6. Compressive-Strength Tests: ASTM C39; 20 a. Test 1 cylinder at 7 days. 21 b. Test 2 cylinders at 28 days. 22 c. Hold 1 cylinder for testing at 56 days as needed. 23 7. When strength of iield-cured cylinders is less than 85 percent of companion 24 laboratory-cured cylinders, evaluate operations and provide corrective procedures 25 for protecting and curing in-place concrete. 26 8. Strengtli of each concrete mixture will be satisfactory if every average of any 3 27 consecutive compressive-strength tests equals or exceeds specified compressive 28 strength and no compressive-strength test value falls below specified compressive 29 strength by more than 500 psi. 30 31 32 33 34 35 36 37 38 39 40 41 G] 10 Report test results in writing to Engineer, concrete manufacturer, and Contraetor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of conerete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of bxeak for both 7- and 28-day tests. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. CITY OF FORT WORTH 2O08 CTP Contiact SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATTON DOCLTMENTS City Project No. 01265 Revised July l, 2011 03 30 00 - 23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratoiy control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structtue is inadequate, any replacement, load testing, or strengthening as may be ordered by tlie Engineer shall be provided by the Contractor without cost to the City. 11. Additional testing and inspecting, at Contractor's expense, wil] 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 El 155 within 48 hours of finishing. E. Concrete Finish Measureinent and Tolerances l. All floors are subject to measurernent for flatness and levelness and comply with the following: a. Slabs shall be ilat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day af�er finishing. b. Slabs shall be level within a tolerance of � 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, fi•om elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and level�iess, according to ASTM El 155. 2. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as speci�ed herein. 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface proiile that will be acceptable for any 1 test sample (line of ineasurements) anywhere within the test area. 2) Speciiied 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 deiined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines C1TY OF FORT WORTH 2O08 C1P ConU�act SA Christine Aveuue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Project No. 01265 Revised July 1, 2011 03 30 00 - 24 CAST-IN-PLACE CONCRETE Page 24 of 2S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 � 5 b, Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 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: � 3/a inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: � 3/a inch 3) Top surfaces of all other slabs: � 3/a inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to 3/a inch from theoretical elevation at any point. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT US�D] 25 3.10 CLEANING 26 A. Defective Work 27 1. Imperfect or damaged work or any material damaged or determined to be defective 28 before final completion and acceptance of the entire job shall be satisfactorily re- 29 placed at the Contractor's expense, and in conformity with all of the requirements of 30 the Drawings and Speeifications. 31 2. Perform removal and replacement of eoncrete work in such manner as not to impair 32 the appearance or strength of the structure in any way. 33 34 35 36 37 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3. Leave iinished concrete surfaces in a clean condition, satisfactory to the City. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Chiistine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCL7MENTS City Project No. 01265 Revised July 1, 2011 B. Cleaning A 03 30 00 - 25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT US�D] 4 3.14 ATTACI�MENTS [NOT USED] G 6 �ND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGB 7 C1TY OF FORT WORTH 2O08 CIP Contract SA Cluistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 03 34 13 - 1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 1 2 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART 1 - GEN�RAI� 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following: 7 a. Flowable backfill 8 B. Deviations fi�om this City of Fort Worth Standard Specification 9 1. None. 10 C. Relaied Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 3. Section 03 30 00 - Cast-in-Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 16 1'1 18 19 20 21 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. 22 1.3 REFERENCES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 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 Speciiication, unless a date is speciiically 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. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRllCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 03 34 13 - 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 1 7. C618 - Standard Speciiication for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVL 12EQUII2�MENTS [NOT USED) 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section Ol 33 00. 6 B. All submittals shall be approved by the Engineer or the Ciiy prior to delivery and/or 7 fabrication for specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product data 10 B. Sieve analysis 11 1. Submit sieve analyses of fine and coarse aggregates being used. 12 a. Resubmit at any time there is a significant change in grading of materials. 13 2. Mix 14 a. Submit full details, including mix design calculations for mix proposed for use. 15 C. Trial batch test data 16 1. Submit data for each test cylinder. 17 2, Submit data that identifies mix and slump for each test cylinder. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIV�RY, STORAG�, AND I3ANDLING [NOT USED] 22 1.11 rIELD CONDITIONS [NOT USED] 23 1.12 WARI2ANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISH�D OR OWN�R-SUPPLIED PRODUCTS [NOT US�D) 26 2.2 PRODUCT TYP�S AND MATERIALS 27 A. Materials 28 1. Portland ceinent: Type TI low alkali portland cement as specified in Section 03 30 29 00. 30 2. Fly ash; Class F fly ash in accordance with ASTM C618. 31 3. Water: As specified in Section 03 30 00. 32 4. Admixture: Air entraining admixture in accordance with ASTM C260. C1TY OF FORT WORTA 2008 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01265 Revised July 1, 2011 03 34 13 - 3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 � 6 Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of iine 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 percent. b. Minimum unconiined compressive strength 1) Not less than 50 psi rneasured at 28 days. c. Maximum unconiined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-terni strength (90 days) to 200 psi such that material could be re-excavated with conveniional excavation equipznent 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 Speciiic 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 22 23 2.3 ACCESSORI�S [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 26 27 28 29 30 31 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 sufficient test cylinders. CITY Or' PORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 B. Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix, 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist curing room. Exercise caution in moving and 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping, banging, or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a. Perform the capping carefully to prevent premature fi•actures. 15 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 16 than the test cylinders. 17 c. Do not perform initial compression test until the cylinders reach a minimum 18 age of 3 days. 19 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modiiied herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength, but not exceed 23 maximum compression strength. 24 D. If the trial batch tests do not meet the Speciiications for strength or density, revise and 25 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 26 acceptable ti7al batch is produced that meets the Speciiications. 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 2. After acceptance, do not change the mix design without submitting a new mix 30 design, trial batches, and test information. 31 E. Determine slump in accordance with ASTM C143 with the following exceptions: 32 1. Do not �•od the concrete material, 33 2. Place material in slump cone in 1 semi-continuous filling operation, slightly 34 overiill, tap lightly, strike off, and then measure and record slump. CTTY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCI7MENTS City Project No. 01265 Revised July 1, 2011 03 34 13 - S CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EX -AMINATION [NOT USED] 4 3.3 PR�PAI2ATION [NOT USED] 5 3.4 INSTALLATION 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 A. Place CLSM by any method which presezves the quality of the material in terms of compressive 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 arid gained sufiicient 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 through walls, pipes, conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufiicient to allow the material to flow freely 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 plasiicity 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. 26 3.5 REPAIR [NOT USED] 27 3.6 RE-INSTALLATION [NOT US�D] 28 3.7 FIELD QUALITY CONTROL 29 30 31 32 33 34 35 36 37 38 39 40 A. General 1. Make provisions for and futnish 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 speciiied hereinbefore. Test cylinders will be made and delivered to the laboratory 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 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 033413-6 CONTROLLED LOW STR�NGTH MA1'ER]AL (CLSM) Page 6 of 7 1 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 2 the mix. 3 2) Do not rod the concrete mix. 4 3) Strike off the excess material. 5 b. Place the cylinders in a safe location away from the construction activities. 6 Keep the cylinders moist by covering with wet burlap, ar equivalent, Do not 7 sprinkle water directly on the cylinders. 8 c. After 2 days, place the cylinders in a protective container for transport to the 9 laboratoiy for testing. The concrete test cylinders are fi•agile and shall be 10 handled carefully. The container may be a box with a Styrofoam or similar 11 lining that will limit the jarring and bumping of the cylinders, 12 d. Place test cylinders in a moist curing room. Exercise caution in moving and 13 transporting the cylinders since they are fi•agile and will withstand only 14 minimal bumping, banging, or jolting without damage. 15 e. Do not remove the test cylinder from mold until the cylinder is to be capped 16 and tested. 17 f, The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perform the capping carefully to prevent premature fractures. 20 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 21 diameter than the test cylinders. 22 3) Do not perform initial compression test until the cylinders reach a 23 minimum age of 3 days. 24 3. The number of cylinder specimens taken each day shall be determined by the 25 Inspector. 26 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 27 except as modified herein. 28 b. The compression strength of the cylinders tested at 28 days shall be equal to or 29 greater than the minimum required compression strength, but not exceed 30 maximum compression strength. 31 4. The City will test the air content of the CLSM. Test will be made immediately after 32 discharge from the mixer in accordance with ASTM C231. 33 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 34 the following exceptions: 35 a. Do not rod the concrete material. 36 b. Place material in slump cone in 1 semi-continuous �lling operation, slightly 37 overfill, tap lightly, strike off, and then measure and record slump. 38 6. If compressive strength of test cylinders does not meet requirements, make 39 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTiON SPECIFICATION DOCiJMENTS City Project No. 01265 Revised July 1, 2011 03 34 13 - 7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.) ADJUSTING [NOT USED] 3.10 CL�ANING [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 OI' SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quimi Street STANDARD CONSTRUCTION SPECIFICATION DOCITMENTS City Project No. 01265 Revised July 1, 2011 033416-1 CONCRBTE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 3 1 2 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART 1 - GENEI2AL 4 1.1 SITMMARY 5 6 7 8 A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification l. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 3. Section 03 30 00 — Cast-in-Place Concrete ' 13 1.2 PRICE AND PAYM�NT PROCEDUItES 14 A. Measurement azid Payment 15 l. Measurement 16 a. This Item is considered subsidiary to the structure or Items being placed. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 are subsidiary to the structure or Items being placed and no other compensation 20 will be allowed. 21 1.3 REFERENCES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Reference Standards 1. Reference standards cited in this Speciiication refer to the current reference standard published at the tiine of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for .Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standaxd Speciiication for Air-Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. C1TY OF FORT WORTH 2O08 C1P Contiact SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01265 Revised July I, 2011 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPATR Page 2 of 3 1 1.4 ADMINISTRATIVE R�QUII2EMENTS [NOT USED� 2 1.5 SUBMITTALS 3 A. Provide submittals in accol•dance with Section O1 33 00. 4 B, All submittals shall be approved by the Engineer or the City prior to delivery and/or 5 fabrication for specials. 6 1.6 ACTION SUI3MITTALS/INI�'ORMATIONAL SUI3MITTALS 7 A, Submit pi•oposed mix design for Engineer's review a minimum of 2 weeks pi•ior to start 8 of low density concrete backfill work. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 11 1.9 QUALITY ASSLTitANC� [NOT USED] 12 1.10 D�LIVERY, STORAG�, AND IIANDLTNG [NOT US�D] 13 1.11 TIELD CONDITIONS [NOT US�D] 14 1.12 WATtRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWN�R-rURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 17 2.2 PRODUCT TYPES AND MATERIALS 18 A. Mix Design 19 1. Performance requirements 20 a. Concrete Base Material for Trench Repair 21 1) 28-day compressive strength of not less than 750 psi and not more than 22 1,200 psi. 23 B. Materials 24 1. Portland cement 25 a. Type II low alkali portland cement as specified in Section 03 30 00. 26 2. Fly ash 27 a. Class F fly ash in accordance with ASTM C618. 28 3. Water 29 a. As specified in Section 03 30 00. 30 4. Admixture 31 a. Air entraining admixture in accordance with ASTM C260. 32 5. Fine aggregate 33 a. Concrete sand (does not need to be in accordance with ASTM C33). 34 b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no 35 plastic fines shall be present. 36 6. Coarse aggregate 37 a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH 2O08 CIP Conh•act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 3 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALL�RS [NOT USEDJ 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 9 10 11 12 13 14 15 16 A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties, 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characieristics, and pumpability (where required) such that when placed, the material is self-compacting, self-densifying, and has sufiicient plasticity that compaction or mechanical vibration is not required. 17 3.5 RCPAIR [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Ganeral 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 coxnposite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additiona150 cubic yards or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM 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 tliey have cured for a minimum of 24 hours. C1TY OF FORI' WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pinject No. 01265 Revised July 1, 2011 03 34 16 - 4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 1 6. Cornpressive-Strength Tests: ASTM C39 2 a. Test 1 cylinder at 7 days. 3 3.8 SYSTEM STARTUP [NOT USED] 4 39 ADJUSTING [NOT US�D] 5 3.10 CLEANING [NOT US�Dj 6 3.11 CLOS�OUT ACTIVITI�S [NOT US�D] 7 3.12 PROTECTION (NOT US�D] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHM�NTS [NOT USED] 10 11 �ND OF S�CTION Revision Log DAT� NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01265 Revised July 1, 2011 03 80 00 - 1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 3 1 SECTION 03 80 00 2 MODIFICATIONS TO EXISTING CONCRETE 3 PA.RT 1 - GENEI2AI. 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 1.2 20 21 22 23 24 25 26 A. Section includes: 1. Modiiications to existing concrete structures, including: a. Manholes b. Junction boxes c. Vaults d. Retaining walls e. Wing and head walls f. Culverts 2. This section does not include modiiications to Reinforced Concrete Pipe. 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 PRICE AND PAYMENT PROCEDUIZES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the struciure 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. 27 1.3 R�I�'ERENCES 28 29 30 31 32 33 34 35 36 37 38 39 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. b. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Conerete. c. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Sheer. d. D570, Standard Test Metfiod for Water Absorption of Plastics. e. D638, Standard Test Method for Tensile Properties of Plastics. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01265 Revised July l, 201 I 03 80 00 - 2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 3 1 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 2 g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. 3 h. D790, Standard Test Methods for Flexural Properties of Unreinforced and 4 Reinforced Plastics and Electrical Insulating Materials. 5 B. Where 1•eference is macie to 1 of the above standards, the revision in effect at the time of 6 bid opening applies. 7 1.4 AllMINISTRATIV� REQUIRLAZENTS [NOT US�D] 8 1.5 SUBMITTALS 9 A. Provide submittals in accordance with Section Ol 33 00. 10 B. All submittals shall be approved by the Engineer or the City prior to deliveiy and/or 11 fabrication for specials. 12 1.6 ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS 13 A. Product Data 14 1. Submit manufacturer's Product Data on all product brands proposed for use to the 15 Engineer for review. 16 2. Include the manufacturer's installation and/or application instructions. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSUI2ANC� 20 A. When removing materials or portions of existing structures and when malcing openings 21 in existing structures, talce precautions and all erect all necessary barriers, shoring and 22 bracing, and other protective devices to prevent damage to the structures beyond the 23 limits necessary for the new work, protect personnel, control dust, and to prevent 24 damage to the structures or contents by falling or flying debris. 25 B. Core sanitary sewer manhole penetrations. 26 L10 DELIVERY, STORAG�, AND HANDLING 2� A. Deliver the specified products in original, unopened containers with the manufacturer's 28 name, labels, product identiiication, and batch numbers. 29 B. Store and condition the speciiied product as recommended by the manufacturer. 30 1.11 FTELD CONDITIONS [NOT USED] 31 1.12 WARI2ANTY [NOT USED] 32 PART 2 - PRODUCTS 33 21 OWN�R-FURNISHED OR OWNER-SUPPLTED PRODUCTS [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Manufacturers CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01265 Revised July 1, 201 1 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selectiozl: a. Available Products 1) Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers 1) Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Wark include, but are not limited to, manufacturers specified. B. Materials l. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement l. Reinforcing Bars a. ASTM A615, Grade 60, deformed. 17 D. �poxy Bonding Agent 18 l. A 2-component, solvent-free, asbestos-free, moisture-insensitive epoxy resin 19 n�aterial used to bond plastic concrete to hardened concrete complying with the 20 requirements of ASTM C881, Type V, and the additional requirements specified 21 herein. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. Properties of the cured material a. Compressive Strength (ASTM D695) 1) 8,500 psi minimum at 28 days b. Tensile Strength (ASTM D638) 1) 4,000 psi minimum at 14 days c. Flexural Strength (ASTM D790 - Modulus of Rupture) 1) 6,300 psi minimum at 14 days d. Shear Strength (ASTM D�32) 1) 5,000 psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1) 1 percent maximum at 14 days f. Bond Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Cozporation, Lyndhurst, New Jersey - Sikadur 32, Hi-Mod 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste l. A 2-component, solvent-free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as settiug railing posts, dowels, anchor bolts, and all-threads into liardened concrete and complying with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christuie Court & Quinn 5treet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 1 03 80 00 - 4 MODIFICA"I'IONS TO EXISTING CONCRETE Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 L c. d. e. f. �• h. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days Shear Strength (ASTM D732): 2,800 psi minimum at 14 days Water Absoi-�tion (ASTM D570): 1.0 percent maximum at 7 days Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure Color: Concrete grey AvailaUle Manufacturers 1) Overhead Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi-Mod LV b} BASF - Concresive 1438 2) All Other Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi-mod LV 31 b) BASF - Concresive 1401 16 17 18 19 20 21 22 23 24 zs 26 27 28 29 F. Repair Mortars 1. Provide an asbestos free, moisture insensitive, polymer-modified, Portland cement- based cementitious trowel grade mortar for repairs on horizontal ar vertical surfaces. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 2) BASF — Emaco Na.nocrete R3 G. Pipe Penetration Sealants 1, 1 component polyurethane, extrudable swelling bentonite-free waterstop that is chemically resistant, not soluble in water and capable of withstanding wet/dry cycling. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey— SikaSwell S-2 2) Approved equal 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL (NOT US�D] 32 PART 3 - �X�CUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED) 35 3.3 PR�P�II2ATION 36 37 38 39 40 41 A. General 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, speci�ed herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are speciiied in respective Sections. Comply with other requirements of this of Section and as shown on the Drawings. CTTY OF FORT WORTH 2O08 CTP Contract SA Clu9stine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 l 03 80 00 - 5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 5 1 2. Store, mix, aiid apply all commercial products specified in this Section in strict 2 compliance with the manufacturer's recorrunendations. 3 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion 4 joint or control joint to preserve the isolation between components on either side of 5 the joint. 6 4. When drilling holes for dowels/bolts at ne�v or existing concrete, stop drilling if 7 rebar is encountered and relocate the hole to avoid rebar as approved by the 8 Engineer. Do not cut rebar without prior approval by the Engineer. 9 l0 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 B. Concrete Removal 1 2. 3 C! 5. Remove concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, by chipping, jack-hammering, or saw-cutting as appropriate in areas where concrete is to be taken out. Do not jackhammer sanitary sewer manhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not daniaged. 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. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the fmished work, except as otherwise shown or specified, provide a 1-inch deep saw cut on each exposed surface of the existing conci•ete at the edge of concrete removal. Repair concrete specified to be left in place that is damaged using approved means to the satisfaction of the Engineer. 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. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 C. Connection Surface Preparation 2. 3. ii Prepare connection surfaces as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineez-. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's iinal inspection. 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. Clean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch minimum cover all around. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 1 03 80 00 - G MODIFICATIONS TO �XISTING CONCRETE Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 1a 15 16 17 18 19 20 21 22 23 24 25 26 27 5. The following are speciiic concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. a. Method A 1) After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste, place new concrete or groui mixture as detailed on the Drawings. b. Method B 1) After the existing concrete surface has been r•oughened and cleaned, apply epoxy bonding agent at connection surface. 2) Comply strictly with the manufacturer's recommendations for the field preparation and application of the epoxy bonding agent, 3) Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. c. Method C 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. First fill the drilled hole with epoxy paste, then butter the dowels/bolts witli paste then insert by tapping. 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 4) If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. d. Method D 1) Combination of Method B and C. 28 3.4 INSTALLATION [NOT USED] 29 3.5 REPAIR [NOT USED] 30 3.6 R�-INSTALLATION [NOT USED] 31 3.7 FIELD QUALITY CONTROL [NOT US�D] 32 3.8 SYSTEM STARTUP [NOT USED] 33 39 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOLTT ACTIVITT�S [NOT US�D] 36 37 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHM�NTS [NOT US�D] 39 40 END Or SECTION CITY OF FORT WORTH 2O08 CTP Conhact SA Christine Avenue, Ch�7stine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01265 Revised July 1, 201 t e 03 80 00 - � MODlF1CATIONS TO EXISTING CONCI2ETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O08 CIP Contract SA Clu-istine Avenue, Christine Cowt & Quinn Stree[ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July i, 201 1 311000-I SITE CLEARING Page I of 3 1 2 3 PART 1- G�N�RAI.. 4 1.1 SLTMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 SECTION 31 10 00 SITE CLEAIZING A. Section Includes; 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 02 41 14 — Utility Removal/Abandomnent 18 1.2 PRICE AND PAYMENT PROC�DUR�S 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum. b, Payrnent 1) The work perfarmed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Site Clearing". c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of trees, structures and obstiuctions 3) Backfilling of holes 4) Clean-up 2. Tree Removal a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Removal" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Grading and backfilling of holes C1TY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCT[ON SPECIFICATION DOCIIMENT5 City Project No. 01265 Revised July i, 2011 31 10 00 - 2 SITE CLEARING Page 2 of 3 1 2 3 4 5 6 7 s 9 10 11 12 13 14 15 16 17 18 19 20 21 3. 22 1.3 REF�ILENCES [NOT US�D] 23 1.4 ADMINSTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 A. Permits 4) Excavation 5) Fertilization 6) Clean-up Tree Removal and Transplantation a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work perfoi•med and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Moving tree with truck mounted tree spade 4) Grading and backfilling of holes 5) Replanting tree at temporaiy location (determined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into original or designated location 8) Excavation 9) Fertilization 10) Clean-up 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits when required by the City Ordinance No. 18615-OS-2009. B. Preinstallation Meetings l. 2. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. The Contractor will provide the City with a Disposal Letter in accordance to Division Ol. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INI�'ORMATIONAL SUBMITTALS [NOT US�D] 36 1.7 CLOS�OUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSLTItANCE [NOT US�D] 39 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED) 40 41 1.11 FIELD CONDITIONS [NOT USED) 1.12 WAI2RANTY [NOT US�D] CITY OF FORT WORTH 2O08 CIP Contiact SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTTON SPBCIFICATION DOCIJMENTS City Yroject No. 01265 Reyised July 1, 2011 3 l 10 00 - 3 SITE CLEARING Page 3 of 3 1 PART 2- PRODUCTS [NOT USED] 2 PART 3 - �X�CUTTON 3 3.1 INSTALL�I2S [NOT US�D] 4 3.2 EXAMINATION [NOT US�D] 5 3.3 PIt�PAItATION 6 A. All trees identiiied to be protected and/or preserved should be clearly flagged with 7 survey tape. 8 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 9 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 10 saved. 11 3.4 INSTALLATION 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3z 33 34 35 36 37 38 39 40 A. Protection of Trees 1. Protect designated trees and pruue trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 %2 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on-site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will iiotify 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 C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFiCAT10N DOCCIMENTS City Project No. 01265 Revised July 1, 2011 31 10 00 - 4 SITE CLEARING Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1� 19 20 21 22 23 24 25 26 27 28 29 1. Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstntctions include, but are not limited to: a. Rernains of Uuildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber g. Plaster h. Septic taiik drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences m. Retaining walls n. Other items as speciiied on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks f. Drainage structltres g. Manholes h. Inlets i. Abandoned railroad tracks j, Scrap iron k. Other debris 30 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 31 maintain traffic and drainage in accordance with Section 02 41 14. 32 4. In areas receiving embanlcment, remove obstructions not designated for 33 preservation to 2 feet below natural ground. 34 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 35 36 37 38 39 40 41 42 43 44 6. Tn all other areas, remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 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. 45 3.5 REPAIR [NOT USED] 46 3.6 RE-TNSTALLATION [NOT USED] CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS City Project No. 01265 Revised July i, 2011 1 2 3 4 5 6 7 8 � 10 11 31 10 00 - 5 SITE CLEAR]NG Page 5 of 5 3.7 I'I�LD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOS�OU1' ACTIVITI�S [NOT USED] � 3.12 PROTECTION [NOT USED] 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OT SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Christine Court & Quinn 3treet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 201 I 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 3 1 2 3 PARTl- G�NERAL 4 l.l SITMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 SECTION 31 23 16 UNCLASSIFIED EXCAVATION A. Section Includes: 1. Excavate areas as sho�,vn 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 opexation evolving the excavation of on-site materials. B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 24 00 — Embankments 20 1.2 PRICE AND PAYMENT PROCEDUI2ES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment l. Measurement a. Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of ineasurement is shown on the Drawings b. When ineasured by the cubic yard in its iinal position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. 2. Payment a. The work performed and materials furnished in accordance with this Item and � measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Unclassified Excavation". No additional compensation will be allowed for rock or shrinkage or swell factors as these are the Contractor's responsibility. 3. The prica bid shall include: a. Excavation b. Excavation Safety c. Drying d. Dust Control e. Reworking or replacing the over excavated material in rock cuts £ Hauling CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn 5treet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 012G5 Revised July i, 201 I 3l 23 16 - 2 UNCLASSTFIED EXCAVATION Page 2 of 3 1 g. Disposal of excess material not used elsewhere onsite 2 h. Scarification 3 i. Clean-up 4 1.3 R�FEI2ENCES [NOT USEDJ 5 6 7 8 9 10 A. De�nitions 1. Unclassified Excavation — Without regard to materials, all excavations shall be considered unclassified and shall include all materials excavated. Any reference to Rock or other materials on the Drawings or in the specifications is solely for the City and the Contractor's infoi7nation and is not to be taken as a classiiication of the excavation. 11 1.4 ADMINSTRATIVE REQUIREMENTS 12 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 13 O1. � 14 1.5 SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTAT,S/INFORMATIONAL SUBMITTAL5 [NOT USED] 16 1.7 CLOSEOUT SUBMTTTALS [NOT USEDJ 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE 19 20 21 22 23 A. Excavation Safety 1. The Contractor shall be solely responsible for making all excavations in a safe manner. 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safety standards 29 CFR part 1926 and state requirements, 24 1.10 D�LIVERY, STORAGE, AND HANDLING 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A, Storage 1. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an afiidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street ST'ANDARD CONSTRUCTION SPECIFICATTON DOCCJMENTS City Project No. 01265 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 d. Do not block drainage ways. l.11 I'ILLD CONDITIONS 31 23 16 - 3 UNCLASSIFIED EXCAVATION Page 3 of 3 A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representatiozi or wai7anty of accuracy or continuity between soils. It is expressly �mderstood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn tllere from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WA.ItItAIVTY [NOT USED] 10 PART 2- P120DUCTS [NOT USEll] i l 2.1 OWN�R-TURNISHED [NOT USED] 12 2.2 PRODUCT TYP�S AND MATERIALS 13 A. Materials 14 1. Unacceptable Fill Material 15 a. In-situ soils elassified as ML, MH, PT, OL or OH in accordance with ASTM 16 D2487 17 PART 3 - EXECUTION 18 3.1 INSTALL�RS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT US�D] 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3.4 CONSTRUCTION A. Accept ownership of unsuitable or excess rnaterial and dispose of material off-site accordance with local, state, and federal regulations at locations. B. Excavations shall be performed in the dry, and kept free from water, snow and ice during construction with eh exception of water that is applied for dust control. C. Separate Unacceptable Fill Material from other materials, remove from the Site and properly dispose according to disposal plan. D. Maintain drainage in the excavated area to avoid damage to the roadway sections and proposed or existing structures. E. Correct any damage to the subgrade caused by weather, at no additional cost to the City. F. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. G. Rock Cuts l. Excavate to finish grades. CITY OF FORT WORTH 2O08 CIP Contiact SA C}uistine Avenue, Christine Court & Quinn Stceet STANDARD CONSTRUCTION SPECIFICATION DOC[JMENTS City Project No, 01265 Revised July i, 2011 31 23 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 4 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 31 24 00 to replace the over excavated at no additional 4 cost to City. 5 H. Earth Cuts 6 1. Excavate to iinish subgrade 7 2. In the event of over excavation due to contractor er��or below the lines and grades 8 established in the Drawings, use approved embankrnent material compacted in 9 accordance with Section 31 24 00 to replace the over excavated at no additional 10 cost to City. 11 3, Manipulate and compact subgrade in accordance with Section 31 24 00. 12 3.5 R�PATR [NOT USED] 13 3.6 It�-INSTALLATION [NOT USED] 14 3.7 I�'IELD QUALTTY CONTROL 15 A. Subgrade Tolerances 16 1. Excavate to within 0.1 foot in all directions. 17 2. In areas of over excavation, Contractor provides fill material approved by the City 18 at no expense to the City. 19 3.8 SYSTEM STARTUP [NOT US�D] 20 3.9 ADJUSTING [NOT US�D] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANC� [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] � 27 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH 2O08 CIP Contiact SA Christine Avenue, Christine Cou�t & Quinn Street STANDARD CONSTRUCTiON SPECIFICATION DOCIJMENTS City Project No. 01265 Revised July 1, 2011 31 25 00 - I EROSiON AND SEDIMENT CONTROL Page ] of 3 1 2 3 PART 1 - G�NEI2AI. Ci��.�i1�uT_[�.� �1 SECTION 31 25 00 �ROSION AND SEDIMENT CONTROL 5 A. Section Includes: 6 l. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDUR�S 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Measurement and Payment 1. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan > 1 acre a. Measurement for this Item shall be by lump sum. b. Payment 1) The work perfornned 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 34 1.3 R�I'�ItENCES 35 A. Reference Standards 36 l. Reference standards cited in this Speciiication refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Speciiication, unless a date is specifically cited. 39 2. ASTM Standard: CTTY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, C}u�istine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0 t265 Revised July 1, 2011 312500 -2 EROSION AND SEDIMENT CONTROL Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 1.4 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics—Diapluagm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Brealcing Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" ADMINISTI2ATIVL REQUIREMENTS [NOT US�D] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Constniction Site Notice 19 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change (if applicable) 22 1.0 ACTION SUBMTTTALS/INTORMATIONAL SUBMITTALS [NOT US�D] 23 1.7 CLOS�OUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUI3MITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE AND IIANDLING [NOT US�D] 27 28 1.11 FiELD [SIT�] CONDITIONS [NOT USED) 1.12 WARI2ANTY [NOT US�D] 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED (ou] OWN�R-SUPPLI�D PRODUCTS [NOT US�D] 31 32 33 34 35 36 37 2.2 PRODUCT TYPES AND MATERTALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with ha�•dness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types l, 2 and 4 Rock Filter Dams CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Comt & Quinn Street STANDARD CONSTRUCTION SPECIFTCATtON DOCLTMENTS City Project No. 01265 Aevised July 1, 2011 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 3 1 2 3 4 5 6 7 8 9 10 il 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 45 46 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%z incl�es x 3 '/ inches 2) Minimum 0.0866 inch steel wii•e for �ietting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 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 D4�51 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 sho�vn on the Drawings and this Section. a. Provide crushed aggregate for long and short-tenn construction exits. b. Furnish aggregates that az•e clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen F3urst Rate of 600 psi, per ASTM D3�86 4) Apparent Openii�g Size of No. 40 (max), per ASTM D4751 E. �lnbankment for Erosion Control l. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 C7TY OF FORT WORTH 2O08 CiP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pipject No. 01265 Revised July I, 2011 312500-4 EROSION AND SEDiMENT CONTROL Page 4 of 4 Sand Gradation Sieve # Maximum Retained % b Wei ht) 4 3 ercent 100 80 ercent 200 95 ereent 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 G. Temporaiy Sediment Control Fence 1. Provide a net-reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporaiy Sediment Control Fenee Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. a 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. 21 2.3 ACC�SSORI�S [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - �X�CUTION 24 3.1 INSTALLERS [NOT US�D) 25 3.2 EXAMINATION [NOT US�D] 26 3.3 PREPARATION [NOT USED] 27 28 29 30 31 32 33 34 35 36 37 3.4 INSTALLATION A. Storm Water Pollution Prevention Plan l. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Consh-uction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures 1. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Chiistine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01265 Revised July l, 2011 31 25 00 - 5 EROSION AND SEDIMENT CONTROL Page 5 of S 1 2 3 4 5 6 7 8 9 10 il 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 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 erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul xoads 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. I� . G Installation and Maintenance 1. Perform work in accordance with the TPDES Construction 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 froxn the project when new installations or replacements are no longer required. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock iilter 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 stream or channel unless otherwise directed. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 a�zsoo-� EROSION AND SEDIMENT CONTROL Page 6 of ( 1 6. Constiuct filter dams according to the following criteria, unless othei7vise shown on 2 the Drawings: 3 a. Type 1 (Non-reinforced) 4 1) Height - At least 18 inches measured vertically from existing ground to top 5 of filter dam 6 2) Top Width - At least 2 feet 7 3) Slopes - At most 2:1 8 b. Type 2 (Reinforced) 9 1) Height - At least 18 incl�es measured vertically from existing ground to top 10 of filter dam 11 2) Top Width - At least 2 feet 12 3) Slopes - At most 2:1 13 c. Type 3 (Reinforced) 14 1) Height - At least 36 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 d. Type 4(Sack Gabions) 19 1) Unfold sack gabions and smooth out kinks and bends. 20 2) For vertical flling, connect the sides by lacing in a single loop—double loop 21 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 22 tight, wi•ap around the end, and twist 4 times. At the filling end, fill with 23 stone, pull the rod tight, cut the wire with approximately 6 inches 24 i•emaining, and twist wires 4 times. 25 3) For horizontal �lling, place sack flat in a filling trough, fill with stone, and 26 connect sides and secure ends as described above. 27 4) Lift and place without damaging the gabion. 28 5) Shape sack gabions to existing contours. 29 e. Type 5 30 1) Provide rock filter dams as shown on the Drawings. 31 H. Construction Entrances 32 1, When tracicing conditions exist, prevent traffic from crossing or exiting the 33 construction site or moving directly onto a public roadway, alley, sidewallc, parking 34 area, or other right of way areas other than at the location of constiuction entrances. 35 2. Place the exit over a foundation course, if necessary. 36 a. Grade the foundation course or compacted subgz�ade to direct runoff from the 37 construction exits to a sediment trap as shown on the Drawings or as directed. 38 3. At drive approaches, make sure the construction entrance is the full width of the 39 drive and meets the length shown on the Drawings. 40 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 41 other points of ingress or egress or as directed by the Engineer, 42 I. Earthwork for Erosion Control 43 l. Perform excavation and embankment operations to minimize erosion and to remove 44 collected sediments from other erosion control devices. 45 a. Excavation and Embankment for Erosion Control Measures 46 1) Place earth dikes, swales or combinations of both along the low crown of 47 daily lift placement, or as directed, to prevent runoff spillover. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Comt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01265 Revised July 1, 2011 31 25 00 - 7 EROSION AND SEDIMENT CONTROL Page 7 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 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 seive an area with 10 or more disturbed acz•es at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the perforiilance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment-Control Fence 1. Provide temporary sediment-control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion�control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle towaxd 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 Attachxnent 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 1 S inches or less. CITY OF FORT WORTH 2O08 CIP ConU�act SA Christine Avenue, Christine Cowi & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 8 1 d. Fabric and Net Splices 2 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 3 least 6 places equally spaced, unless otherwise shown under the Drawings. 4 a) Do not locate splices in concentrated flow areas. S 2) Requirements for installation of used temporary sediment-control fence 6 include the following: 7 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 8 b) Fabric without excessive patchiug (more than 1 patch eveiy 15 to 20 9 feet) 10 c) Posts without bends I 1 d) Backiug without holes 12 3.5 REPAIR/RESTORATION [NOT US�D] 13 3.6 I2�-INSTALLATION [NOT USED] 14 3.7 I+I�LD (on] SIT� QUALITY CONTROL [NOT US�D] 15 3.8 SYST�M STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CL�ANING 18 A. Waste Management 19 1. Remove sediment, debris and litter as needed. 20 3.11 CLOS�OUT ACTIVITTES 21 A. Erosion control measures remain in place and are maintained until all soil disturbing 22 activities at the project site have been completed. 23 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 24 on areas not covered by permanent structures, or in areas where permanent erosion 25 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 26 3.12 PROT�CTION [NOT USED] 27 3.13 MAINT�NANCE 28 A. Install and maintain the integrity of temporary erosion and sedimentation control 29 devices to accumulate silt and debris until earthworlc construction and pertnanent 30 erosion control features are in place or the disturbed area has been adequately stabilized 31 as determined by the Engineer. 32 B. If a device ceases to function as intended, repair or replace the device or portions 33 thereof as necessary. 34 C. Perform inspections of the construction site as prescribed in the Construction General 3S Permit TXIZ150000. 36 D. Records of inspections and modifications based on the results of inspections must be 37 maintained and available in accordance with the permit. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. O1265 Revised July 1, 2011 31 25 00 - 9 EROSION AND SEDIMENT CONTROL Page 9 of 9 ' 1 3.14 ATTACHM�NTS [NOT USED] 2 END OF SECTION 3 4 Revision Log DATE NAME SUMMARY OF CHANGE ' C1TY OF FORT WORTH 2O08 CIP Contract SA Chdstine Avenue, C}u•istine Court & Quiim S�•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMEtJTS City Project No. 01265 Revised July 1, 201 t 32 O1 17 - 1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 3 1 2 3 PARTI- GEN�RAL 4 1.1 SUMMARY SECTION 32 O1 17 PERMANENT A5PHALT PAVING REPAIR 5 A. Section includes flexible pavement repair to iuclude but not limited to: 6 l. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.). 7 2. Warranty work. 8 3. Repairs of damage caused by CONTRACTOR. 9 4. Any peimanent asphalt pavement repair needed during the course of construction. 10 11 12 13 14 15 16 17 18 19 B. Deviations from City of Fort Worth Standards. l. None. C. Related Speciiication Sections include but are not necessarily limited to 1. Division 0— Bidding Requiremezits, Contract Forms, and Conditions of the Contraci. 2. Division 1— General Requirements. 3. Section 03 34 16 — Concrete Base Material for Trench Repair. 4. Section 32 13 13 — Concrete Paving. 5. Section 32 12 16 — Asphalt Paving. 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill. 20 1.2 PRICE AND PAYMENT PROC�DUItES 21 22 23 24 25 26 27 28 29 30 31 1.3 32 33 A. Measurement and Payment l. Measurement: a. Asphalt Paveinent Repair: measure by the linear foot based on defined width and roadway classiiication speciiied per detail. b. Asphalt Pavement Repair Beyond Defined Width: measure by the square yard for asphalt pavement repair beyond the pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified per detail. c. Extra Width Asphalt Pavement Repair: measure by the square yard for surface repair (does not include base repair) by the specified thickness. 2. Payment: contract unit price bid for the work performed and all materials furnished. REI+ERENCES [NOT US�D] A. Definitions 1. H.M.A.C. — Hot Mix Asphalt Concrete 34 1.4 .ADMINISTRATIVE REQtTIItEM�NTS 35 A. Permitting 36 l. Obtain Street Use Permit to make utility cuts in the street from the Transportation 37 and Public Works Department in conformance with current ordinances. C1TY OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Clu•istin e Couri & Quinn Street 5TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Ptroject No. 012G5 Revised July 1, 2011 32 OI 17 - 2 P�ItMANENT ASPHALT PAVTNC REPAIR Page 2 of 3 1 2. The Transportation and Public Works Department will inspect the paving repair 2 after construction. 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFOFtMATIONAL SUBMITTALS 5 A. Asphalt Pavement Mix Design; submit for approval: see Section 32 12 16. 6 1.7 CLOS�OUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANC� MATERIAL SUI3MITTALS [NOT US�D] 8 19 QUALITY ASSLJI2ANCE [NOT USED] 9 1.11 D�LIV�RY, STORAGE, AND HANDLING [NOT US�D] 10 1.12 FIrLD CONDITIONS 11 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 12 rising unless otherwise approved. 13 1.13 WAI2I2.ANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 O'WNER-FURNISI3ED [NOT USED] 16 2.2 MATERIALS 17 A. Backfill: see Section 33 OS 10. 18 B. Base Material 19 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 20 2. Concrete Base; See Section 32 13 13. 21 C. Asphalt Paving: see Section 32 12 16. 22 l. H.M.A.C. paving: Type D. 23 2.3 ACCESSORTES [NOT USED] 24 2.4 SOURC� QUALITY CONTROL [NOT USED) 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION 29 A. Surface Preparation: 30 1. Mark pavement cut for repairs for approval by the City. 31 2. CONTRACTOR and City meet prior to saw cutting to confirm limits of repairs. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christin e Court & Quinn Street STANDARD CONSTRUCTiON SPECIFICATION DOCLJM�NTS City Piroject No. 01265 Revised July 1, 20ll 32 01 17 - 3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 3 1 3.4 INSTALLATION 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 A. General: l. 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 straight line on both sides of the trench. b. Minimum of 12 inches outside the trench walls. c. If the existing flexible paveinent 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. 3.5 [REPAIR)/[ItESTORATION] [NOT US�D] 3.6 RE-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] 3.11 CLOSEOUT ACTIVITI�S [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED� 3.14 ATTACFIMENTS [NOT USED] 35 END OT SECTION Revision Log CITY OF FORT WORTH 2O08 CIP ConU�act SA Christine Avenue, Chris(in e Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 01 17 - 4 PERMANENT ASPt-IALT PAVING REPAIR Page 4 of 4 DATE I NAME C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE 2008 CIP Contract SA Christine Avenue, Christin e Coutt & Quinn Street City Project No. 01265 32 01 18 - i TEMPORARY ASPHALT PAVING REPAIR Page i of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMAIZY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1.2 21 22 23 24 25 26 S�CTION 32 Ol 18 TEMPORlARY ASPHALT PAVING REPAIR A. Section Includes 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for total reconstruction under a Capital Improvement Program or resurfacing under a Street Maintenance Program. 2. Repairs of damage caused by CONTRACTOR. 3. Any other temporary pavement repair needed dui7ng the course of construction. B. Deviations from City of Fort Worth Standards. l. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidditig 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 Backiill. PRIC� AND PAYMENT PROC�DUIt�S 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. 27 1.3 R�FERCNCES 28 A. Deiinitions 29 1. H.M.A.C. — Hot Mix Asphalt Concrete 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 A. Permitting 32 1. Obtain Street Use Permit to make utility cuts in tlie street from the Transportation 33 and Public Works Department in conformance with current ordinances. 34 2. The Transportation and Public Works Department will inspect the paving repair 35 af�er construction. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 01 18 - 2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUI3MITTALS/INFORMATIONAL SUBMITTALS 3 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 4 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 6 1.9 QUALITY ASSUI2ANC� [NOT US�D] 7 110 D�LIV�RY, STORAGE, AND HANDLING [NOT USED] 8 l.11 rIELD CONDITIONS 9 A. Weather Conditions: Place inixture when the roadway surface temperature is 40 degrees 10 F or higher and rising unless otherwise approved. ll 112 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWN�R-FUI2NISIIED [NOT US�D] 14 2.2 MATERIALS 15 A. Backfill: see Section 33 OS 10. 16 B, Base Material: 17 1, Flexible Base: Use existing base and add new flexible base as required in 18 accordance with Section 32 11 23. 19 C. Asphalt Concrete: See Section 32 12 16. 20 1. H.M.A.C. paving: Type D. 21 2.3 ACC�SSORI�S [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT US�D) 23 PART 3 - EX�CUTION 24 3.1 INSTALL�RS (NOT USED] 25 3.2 �XAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Removal: 29 1. Use an approved method that produces a neat edge. 30 2. Use care to prevent fi•acturing existing pavement structure adjacent to the repair 31 area. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCCTMENTS City Project No. 01265 Revised July 1, 2011 32OI 18 -3 TENIPORARY ASPHALT PAVING REPAIR Page 3 of 3 1 B. Base 2 L Install flexible base material per detail. 3 2. See Section 32 11 23. 4 C. Apshalt Paving 5 l. H.M.A.C. placement: in accordance with Section 32 12 16. 6 2. Type D surface mix. 7 3.S (REPAIR]1[RESTORATION] [NOT US�D] 8 3.6 R�-INSTALLATION [NOT USED] 9 3.7 FIELD QUALITY CONTIZOL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT US�D] i l 3.9 ADJUSTING (NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINT�NANC� [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 �ND OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE ' C1TY OF FORT WORTH 2O08 CIP Contract SA Clu-istine Aveime, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01265 Revised July t, 201 I 32O129-I CONCFt�TEPAVING REPAIR Page 1 of 3 1 2 3 PART 1- GENERA.I. 4 1.1 SLTMMARY SECTION 32 O1 29 CONCRETE PAVING REPAIR 5 A. Section includes concrete pavement repair to include but not limited to: 6 1. Utility cuts (water, sanitary sewer, drainage, etc.). 7 2. Warranty work. 8 3. Repairs of damage caused by CONTRACTOR. 9 4. Any other concrete pavement repair needed during the course of constiuction. 10 B. Deviations from City of Fort Worth Standards 11 1. None. 12 13 14 IS 16 17 18 19 20 1.2 21 22 23 24 25 26 27 28 29 30 1.3 C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requireinents, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 O1 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 Backiill. 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 detennined 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 REFERENC�S [NOT USED] 31 1.4 ADMINISTRATIVE REQUIIZEMENTS 32 A. Permitting: 33 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 34 and Public Works Department in conformance with current ordinances. 35 2. Transportation and Public Works Department will inspect paving repair after 36 construction. CITY OF FORT WORTH 2O08 CIY Contract SA Chi7stine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised Juty 1, 2011 32 O1 29 - 2 CONCRETE PAVING REPAIR Page 2 of 3 i I.5 SUBMITTALS [NOT US�D] 2 1.6 ACTION SUBMTTTALS/INFORMATIONAL SUBMTTTALS 3 A, Concrete Mia Design: submit for approval. Section 32 13 13. 4 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 5 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 D�LIV�RY, STORAG�, AND HANDLING (NOT USED] 8 1.11 I'I�LD CONDITIONS 9 A. Weather Conditions: Place concrete as specified in Section 32 13 13, l0 1.12 WAI212ANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-I'LTI2NISHED PRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Embedment and Backiill: see Section 33 OS 10. 15 B. Base material: Concrete base: see Section 32 13 13. 16 C. Concrete: see Section 32 13 13. 17 l. Concrete paving: Class P or Class HES. 18 2. Replace concrete to the specified thickness. 19 2.3 ACC�5SORI�S [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT US�D] 21 PART 3 - EXECUTION 22 3.1 INSTALL�RS [NOT USED] 23 3.2 EXA.MINATION [NOT USED) 24 3.3 PIt�PARATION 25 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 26 of one repair to the edge of a second repair. 27 B. If the cut is to be covered, use steel plates of sufficient strength and thickness to support 28 trafiic. 29 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate 30 to the existing pavement to create a smooth riding surface. 31 a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS City Project No, 01265 Revised July 1, 2011 320129-3 CONCRETE PAVING REPAIR Page 3 of 3 1 C. Surface Preparation: mark pavement cut repairs for approval by the City. 2 3.4 INSTALLATION 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 A. Sawing: l. General: a. Saw cut perpendicular to the surface to full pavement depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawiug to remove damaged areas. c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 2, Sawing equipment: a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or facture concrete adjacent to the repair area. 3. Repairs: In true and straight lines to dimensions shown on the plans. 4. Utility Cuts: a. In a true and straight line on both sides of the trench. b. Minimum of 12 inches outside the trench walls. 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal: l. Use care in removing concrete to be repaired to prevent spalling or fracturing concrete adjacent to the repair area. C. Base: per detail. D. Concrete Paving: l. Concrete placement: in accordance with Section 32 13 13. 2. Reinforce concrete replacement: per detail. 3.5 [It�PAIR]/[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 US�D] 3.11 CLOS�OUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT US�D] 3.13 MAINT�NANC� [NOT USED] 3.14 ATTACHMENTS [NOT USEDJ END OF S�CTION C1TY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 O1 29 - 4 CONCRET� PAVING REPAIR Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Chtistine Court & Quinn Street STANDARD CONSTRUCTION SP�CIFTCATION DOCIIMENTS City Project No. 01265 Revised July 1, 201 I 321129-1 LIME "I'REATED BASE COURSES Page 1 of 9 1 2 SECTION 32 11 29 LIME TREATED BASE COURSES 3 PARTl- GEN�RAL 4 11 SUMMARY 5 A. Section Includes 6 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, 7 mixing and compacting the mix matez-ial to the required density. 8 2. Item applies to the natural ground, embankment, existing pavement; base or 9 subbase courses placed and shall conform to the typical section, lines and grades 10 shown on the plans. 11 B. Deviations from City of Fort Worth Standards 12 l. None 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1- General Requirements 16 3. Section 31 23 23 - Fill 17 4, Section 32 11 23 - Flexible Base Courses 18 1.2 PRIC� AND PAYMENT PROCEDU1tES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment l. Measurement a. Lime. 1) Hydrated Lime a) Slurry: measure by the ton (dry weight) of the hydrated lime used to prepare the slurry at the job site. 2) Commercial Lime Slurry: zneasure by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 3) Quicklime. a) Dry: measure by the ton (dry weight) of the quicklime. b) Slurry: measured by the ton (dry weight) of the quicklime used to prepare the slurry. b. Lime Treatment. 1) Measure by the square yard of surface area. 2) The dimensions for determining the surface area are established by the widths shown on the plans and the lengths measured at placement. 2. Payment a. Lime: paid for at the unit price bid and full compensation for: 1) furnishing the material 2) all freight involved 3) all unloading, storing, and handling b. Lime Treatment: based on the work performed and placed and includes full compensation for: C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert Project Nmnber] 321129-2 LIME TREATED BASE COURSES Page 2 of 9 1 2 3 4 5 6 7 1) preparing the roadbed, 2) loosening, pulverizing application of lime, water content in the slurry mixture and the mixing water 3) mixing, shaping, sprinlcling, compacting, finishing, curing and maintaining 4) for manipulations required 5) and for all labor, equipment, fuels, tools and incidentals necessary to complete the work. 8 1.3 I2EFEI2�NCES 9 A. Definitions 10 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 11 2. Commercial Lime Sluriy: liquid mixture of hydrated lime solids and water 12 delivered to a project in slurry form. 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of slurry far wet placing. b. Grade S— finely graded quicklime for use only in the preparation of slurry far wet placing, B. Reference Standards 1 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 end of this specification, unless a date is specifically cited. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) b. D6938, Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) Texas Department of Transportation (TXDOT): a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring Thickness of Pavement Layer c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and Commercial Lime Slurry 33 1.4 A.DMINISTRATIVE REQLTIREM�NTS [NOT USED] 34 1.5 ACTION SUBMITTALS (NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED) 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINT�NANCE MATERIAL SUBMITTLAS (NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY AND STORAGE 40 41 42 43 A. Truck Delivered Linle 1. Each truck ticket shall bear the weight of lime measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of lime to the site. CITY OF PORT WORTH [Insert Project Name) STANDARD CONSTRUCTiON SPECIFICATION DOCiJMENTS [Insert Project NumUer] Revised July 1, 2011 32 t 1 29 - 3 LIME TREATED BASE COURSES Page 3 of 9 1 1.11 SITE CONDITIONS 2 A. Start lime application only when the air temperature is at least 35°F and rising or is at 3 least 40°F. Measure temperature in the shade and away fi•om artificial heat. 4 B. Suspend application when the City determines that weather conditions are unsuitable. 5 1.12 WA,I2ItANTY [NOT USED] G 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 PART 2 - PRODUCTS 2.1 OWN�R-FURNISH�D PRODUCTS [NOT USED) 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Notify the City of the proposed material sources and of ehanges to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Lime l. Hydrated Lime a. pumpable suspension of solids in water b. solids portion of the mixture when considered as a basis of "solids content," shall consist of principally hydrated lime of a quality and fineness sufiicient to meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements Table.2 : Lime Chemical Re uirements Hydrated Commercial Lime Quicklime Lime Slurr Total "active" lime 90.0 Min 87.0 Min content, percent by Unhydrated lime 5.0 Max content, percent by weight Ca0 "Free Water" 5.0 Max content, percent by wei ht water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 87.0 Min [Insert Project Name] [Insert Project Numberj 32 I 1 29 - 4 LIME TREATED BASE COURS�S Page 4 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 b. Physical Requirements Table 3 Lime Ph sical Re uirements Hydrated Commerciat Lime Quicldime Lime Sli�rr Wet Sieve Reqnirement, As percentage by Weight Residue: Retained ou No. 6 sieve 0.2 Max 0.2 Max 8.0 Max Retained on No. 30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement, As percentage by VVeiglit Residue: Retained on a 1-in sieve 0.0 Retained on a 3/4 —in sieve 10,0 Max Retained on a No. 100 Grade Ds — 80 Min sieve Grade S— no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max i The amount total "active" lime content, as Ca O, in the materiai retained on the No. 6 sieve must not exceed 2.0% b wei ht of the ori inal uicklime. c. Slurry Grades Table 4 Lime Slurr Grades Minirmim Dry Solids Contents b Percentn e of the Siurr Grade I 31 Grade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 11 26, for the type and grade shown on the plans, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. E. Fill: See Section 31 23 23. 2.3 ACC�SSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EX�CUTION 3.1 INSTALL�RS [NOT USED] 3,2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated matarial containing: CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCTIMENTS Revised July I, 2011 [Tnsert Project Name] [Insert Projeet Number] 321129-5 L1ME TREATED BASE COURSES Page 5 of 9 1 2 3 4 5 6 7 7 8 B. Equipment 9 1. General: Provide machinery, tools, and equipment necessary for proper execution 10 of the work. 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 45 46 3 a. unifoi�rn lime mixture, fi•ee from loose or sebregated areas. b. uniform density and inoisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of' lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 iuches deep. Kollers: a. The CONTRACTOR may use any type of rollei• to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the 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. Storage Facility. Store quicklime and dry hydrated lime in closed, weatherproof containers. 4. Slurry Equipment. a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. b. The City may approve other slurrying methods. c. Provide a pump for agitating the sluriy when the distributor truck is uot equipped with an agitator. 5. Pulverization Equipment. a. Provide pulverization equipment that: 1) cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut, 2) provides a visible ii�dication of the depth of cut at all times, and uniformly mixes the materials. C. Pulverization. 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 1/2 inch sieve. 2. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the rnaterial to expose a secondaiy grade to achieve processing to plan depth. D. Application of Lime. 1. Uniformly apply 1'une as shown on the plans or as directed. 2. Add lime at the percentage specified in plans. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiF1CAT10N DOCUMENTS Revised July l, 2011 [Insert Project Name] [Insert Project Number] 321129-6 LIME TREATED BASE COURSES Page 6 of 9 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 3. Apply lime only on an area where mixing can be completed during the same working day. 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. 5, Slurry Placement. a. Hydi•ated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B, commercial lime slurry, with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the plans 4) Malce successi�c�e passes over a measured surface of roadway until the proper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklime sluriying procedure uniformly over the length of the roadway. 2) Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these particles could cause the compacted stabilized material to swell during slaking. E. Mixing. 5. 6. 7. 8. 9. 10. 11. 1. Begin mixing within 6 hours of application of lime. 2. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payrnent. 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free from all clods and lumps. Do not mix greater than 1 inch deeper than the stabilization depth specified. Materials containing plastic clay or other materials that are not readily mixed with lime shall be mixed as thoroughly as possible at the time of lime application, brought to the proper moisture content and sealed with a pneumatic roller. Allow the mixture to cure for 72 hours or as directed by City. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. Sprinkle the treated materials during the mixing and curing operation to achieve adequate hydratiou and proper moisture content. After curing, resume mixing until a homogeneous, friable mixture is obtained. After mixing, City will sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part III, to determine compliance with the gradation requirements in Table 5. 41 Table 5 42 Gradation R�ec uirements Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 43 No. 4 60 CITY OF FORT WORTH [Insert Project Name� STANDARD CONSTRUC"I'ION SPECIFICATION DOCIJMENTS [Insert Project Number] Revised July l, 2011 32112)-7 L[ME TREATED BASE COURSES Page 7 of 9 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 F. Compaction. 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinlcle as necessa�y to provide optimum moisture content. c. Multiple lifts are permitted when shown on the plans or approved. d. Bring each layer to the moisture content directed. 2 3 Rolling a. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progz�ess toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or ihe project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. £ Proof roll the lime treated base course in accordanee with the following: 1) Proof Rolling a) City Project Representative must be on-site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance 1. 2. 3. Maintain the completed soil lime base in good condition, satisfactory to the City as to grade, crown and cross section until the overlaying or next course is constructed. ICeep surface of the compacted course moist until covered by other base or pavement. Reworking a Section. a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 pereent of ihe percentage specified. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 [Insert Project NameJ [Inseit Project Nwnber] 321129-8 LIME TREATED BASE COURSES Page 8 of 9 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 c. Reworking includes loosening, adding material or removing unacceptable mate�ial if nacessary, mixing as directed, compacting, and iinishing. H. Finishing. l. 2. 3. After completiug compaction of the final course, clip, skin, or tight-blade the surface of the lime-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain tlie course and surface in conformity with the typical sections, lines, and grades shown on the plans or as directed. I. Curing. 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement: 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the iinished course during euring except as required for sprinkling. b. Asphalt Pavement: 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the iinished course during curing. Table 6 Minimum Curin Re uirements Before Placin Subse uent Coursesi Untreated Material Curin Da s PI 5 35 2 PI > 35 5 l, SuUject to the approval of dte City. Proof rolling may be required as an indicator of adequate euring . 2. Begin paving operations or add courses within 14 calendar days of final compaction. 28 3.5 [REPAIR]/[FtESTORATION] [NOT USED] 29 3.6 RE-1NSTALLATION [NOT US�D] 30 3.7 QUALITY CONTROL 31 A. Density Test 32 l. City Project Representative must be on site during density testing 33 34 35 36 37 38 2. City to measure density of lime treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test In-place depth will be evaluated for each 500-foot roadway section CITY OF FORT WORTH [Insert Piroject Name) STANDARD CONSTRUCTtON SPECIFICATTON DOCUMENTS [Inseit Project Number] Revised July 1, 2011 321129-9 LIME TREATED BASE COURSES Page 9 of 9 1 2. Determine in accordance with Tex-140-E in hand excavated l�oles. 2 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 3 4. City Project Representative determines depth testing locations. 4 3.8 SYST�M STARTUP [NOT US�D] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOS�OUT ACTIVITIES (NOT US�D] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED) 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 [Insert Project Name] [Insert PA•oject Number] 32 13 13 - I CONCRETE PAVING Page t of 2 1 2 fc��� �711i� -l��►�.f�l 4 1.1 SITMMARY SECTION 32 13 13 CONCRETE PAVING 5 A. Section includes finished pavement constructed of portland cement concrete including 6 monolithically poured curb on the prepared subgrade or other base course. 7 B. Standard Details. 8 1. Reinforced Concrete Pavement Construction Details. 9 C. Deviations from City of Fort Worth Standards. 10 1. None. 11 12 13 14 15 16 D. Related Speciiication Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Condifions 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. 17 1.2 PRICE AND PAYMENT PROC�DURES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Measureinent and Payment. 1. Measurement: measured by the square yard of completed and accepted pavement in its fmal position and measured from back of curb fox 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 £ furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transrnission 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. 39 i.3 �r��Nc�s 40 A. Reference Standards. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS City Project No. 01265 Revised July 1, 2011 32 13 13 - 2 CONCRETE PAVING Page 2 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 28 29 30 31 32 33 34 1 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 end of this specification, unless a date is specifically cited. ASTM Interiiational (ASTM): a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylincirical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f, C94/C94M, Standard Speciiications for Ready-Mixed Concrete g. C150, Portland Cement h. C156, Water Retention by Concrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane-Formiug Compounds for Curing Concrete, Type 2 1. C494, Chemical Admixtw•es for Concrete, Types "A", "D", "F" and "G" m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete p. C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Conerete. q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effot�t (12,400 ft-lbf/ft3) American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Conereting b. ACI 306.1-90, Standard Specification for Cold Weather Conereting c. ACI 318 35 1.4 ADMINISTRATIVE RTQUIREMENTS [NOT USED] 36 1.5 SUIiMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Mix Design: submit for approval. See Item 2.4.A. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01265 Revised July 1, 2011 32 13 13 - 3 CONCRETE PAVING Page 3 of 3 1 1.7 CLOS�OUT SLTBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSUItANCE [NOT US�D] 4 1.10 D�LIVERY, STORAGE, AND IIANDLING [NOT USED] 5 l.11 FIELD CONDITIONS 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 A. Weather Conditions. 1. Place concrete when concrete temperature is betweeu 40 and 100 degrees when measured in accordance with ASTM C1064 at point of placement. 2. Hot Weather Concreting a. Take inunediate corrective action or cease paving when the ambient temperature exceeds 95 degrees. b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting . a. Do not place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 306.1-90). B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-I+'URNISI�D PRODUCTS (NOT US�Dj 27 28 29 30 31 32 33 34 35 36 37 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 FORT WORTH 2O08 CIP Contract SA Chiistine Avettue, Christine Court & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 32 13 13 -4 CONCRETE PAVING Page 4 of 4 G. Dowels and Tie Bars. 2 3 4 5 6 7 8 9 10 11 12 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps. a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the plans and shall have an inter7ial diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for powel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adl�esives 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 G6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIIi CMC Construction Services Uln•abond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 13 14 15 16 17 18 19 20 21 22 23 24 25 b. Epoxy Use, Storage and Handling. 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components; b) Brand name; c) Name of manufacturer; d) Lot or batch number; e) Temperature range for storage; fj Date of manufacture CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Sheet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised Jnly 1, 2011 32 13 13 - 5 CONCRETE PAVING Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 g) Expiration date; and h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with nortnal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs. 1 2. 3 Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weiglit of the reinforcemant bars or CON'TRACTOR'S persoimel walking on the reinforcing bars. Bar chairs may be made of inetal (free 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 zneet any of the requirements of this specification. I. Joint Filler. 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint iiller for• concrete paving. a. Boards for expansion joint iiller shall be of the required size, shape and type indicated on the plans or required in the speciiications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint iiller shall be shown on the plans; the width shall be not less than that shown on the plans, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. K. Curing Materials, 1. Membrane-Forming Compounds. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOC[JMENTS City Project No. 012G5 Revised July 1, 2011 32 13 13 - 6 CONCRETE PAVING Page 6 of 6 1 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 2 compound and be of such nature that it shall not produce permanent 3 discolor•ation of concrete surfaces nor react deleteriously with the concrete. 4 b. The compound shall produce a finn, continuous uniform moisture-impermeable 5 film fi•ee fi•om pinholes and shall adhere satisfactorily to the surfaces of dainp 6 concrete. 7 c. It shall, when applied to the damp concrete surface at the specified rate of 8 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 9 normal conditions suitable for concrete operations. l0 d. It shall adhere in a tenacious flm without running off or appreciably sagging. 11 e. It shall not disintegrate, check, peel or crack during the required curing period. 12 f. The compound shall not peel or pick tip under traffic and shall disappear from 13 the surface of the concrete by gradual disintegration. 14 �. The compound shall be delivered to the job site in the manufacturer's original 15 containers only, which shall be clearly labeled with the manufacturer's name, 16 the trade name of the material and a batch number or symbol with which test 17 samples may be correlated. 18 h. When tested in accordance witli ASTM C156 Water Retention by Concrete 19 Curing Materials, the liquid membrane-forming compound shall restrict the loss 20 of water present in tl�e test specimen at the time of application of the curing 21 compound to not more than 0.01-oz.-per-2 inches of surface. 22 2.3 23 2.4 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 ACC�SSORI�S [NOT USED] SOURCE QUALITY CONTROL A. Mix Design 1. Concrete Mix Design and Control. a. At least 10 calendar days prior to the start of concrete paving operations, the CONTRACTOR shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each rnaterial component. b. The design of the concrete inix shall produce a quality conerete complying with these speciiications and shall include the following information: 1) Design Requirements and Design Summary. 2) Material source. 3) Dry weight of cement/cu. yd. and type. 4) Dry weight of fly ash/cu. yd. and type, if used. 5) Saturated surface dry weight of fine and coarse aggregates/cu. yd. 6) Design water/cu. yd, 7) Quantities, type, and name of admixtures with manufaeturer's data sheets. 8) Current strength tests or strength tests in accordance with ACT 318. 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates and date of tests. 10) Fineness modulus of fine aggregate. 11) Specific Gravity and Absorption Values of fine and coarse aggregates. 12) L.A. Abrasion of coarse aggregates. c. Once mix design approved by City, maintain intent of mix design and maximum water to cement ratio. d. No concrete may be placed on the job site until the mix design has been approved by the City. 2. Quality oi Concrete, C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION 3PECIFICATION DOCLIMENTS City Project No. 01265 Revised July 1, 2011 32 l3 13 - 7 CONCRETE PAVING Page 7 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 � � Consistency. 1) In general, the consistency of concrete mixtures shall be sucli that: a) mortar shall cling to the coarse aggregate, b) aggregate shall not segregate in concrete when it is transported to the place of deposit, c) concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the center of the pile, but tlle edges of the pile shall stand and not flow, d) concrete and mortar shall show no free water when removed from the mixer, e) concrete shall slide and not flo�v into place when transported in metal chutes at an angle of 30 degrees with the horizontal, and fl surface of the iinished concrete shall be free from a surface iilm or laitance. 2) When field conditions are such that additional moisture is needed for the final concrete surface iinislung operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory iinishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. 5) If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement speciiied or without exceeding the maximum water/cement ratio, the CONTRA.CTOR may use, or the City may require, an approved ceinent dispersing agent (water reducer); or the CONTRACTOR shall furnish additional aggregates, or aggregates with different characteristics, or the CON'T12ACTOR may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. 7) The CONTRACTOR is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incoiporated 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 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 13 13 - 8 CONCRETE PAVING Page 8 of 8 1 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete� Cementitious, Compressive, Water/ Aggregate LbJCY Strength2 Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1. All exposed horizontal conerete shall have entrained-air. 2. Minimum Compressive SG�ength Required. 2) Machine-Laid concrete: Class P 3) Hand-Laid concrete: Class H. c. High Early Strength Concrete (HES). 1) When shown on the plans or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete paveinent and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the plans allowed, 3) No strength overdesign is required. Standard Classes of Pavement Conerete Class of Minimum 28 Day Min. Maxim�tm Course Coneretei Cementitious Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 l-1/2 17 18 19 20 21 22 23 24 25 d. Slump. 1) Slump requirements for pavement and related concrete shall be as speciiied in the following table. Concrete Pavement Sl Concrete Use Slip-Fonn/Form-Riding Paving Hand Formed Paving Sidewalk, Curb and Gutter, Conerete Valley Gutter and Other Miscellaneous Concrete Recommended Design and Placement Slump, inch 1-1/2 4 4 Maximum Acceptable Placement Slurnp, inch 3 5 5 2) No concrete shall be permitted with slump in excess of the maximums shown. CITY OF FORT WORTH 2O08 CIP Conh•act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 13 13 - 9 CONCRETE PAVING Page 9 of 9 1 2 3 4 3) Any concrete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such unsatisfactoiy conditions. 5 PART 3 - EX�CUTION 6 3.1 INSTALLERS [NOT US�DJ 7 3.2 �XAMINATION [NOT USED] 8 3.3 PREPARATION (NOT USED] 9 3.4 INSTALLATION 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 A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine-Laid Concrete Pavement a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms that are uniformly supported on a very fiirm subbase to prevent sagging under the weight of machine. b. Slip-Form Paver. 1) Slip-form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time duriug placement. 2) City nlay reject use of Slip-Fornn 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 speciiication and ASTM C94/C94M.City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken a�ter the discharge of approximately 15% and 85% of the load. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clu�istine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 13 13 - 10 CONCRETE PAVING Page 10 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the vety 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 dischai•ged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. 3, Delivery. a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery Tickets. a. For all operations, the manufacturer of the concrete shall, before unloading, fi�rnish to the purcl�aser 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 propoi�tioned in accordance with the approved mix design: 1) Name of concrete supplier. 2) Serial number of ticket. 3) Date. 4) Truck number. 5) Name of purchaser. 6) Specific designation of job (name and location). 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications. 8) Amount of concrete in cubic yards. 9) Time loaded or of iirst mixing of cement and aggregates. 10) Water added by receiver of conerete. 11) Type and amount of admixtures. C. Subgrade 1. When manipulation or treatment of subgrade is required on the plans, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in confoimity 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 material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be correeted. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as detennined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down suffciently in advance of placing the pavement to ensure its being in a iirm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfacto�y prosecution of the work. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 201 I 321313-II CONCRETE PAVING Page I I of 11 1 9. The CONTRACTOR shall notify the City at least 24 hours in advance of its 2 intention to place concrete pavement. 3 10. After the speci�ed moisture and density are achieved, the CONTRACTOR shall 4 maintain the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base, additional tests may be required as directed by the City. 7 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 4S 46 47 D. Placing and Removing Forms 1. Placing Forms a. Forms for machine-laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the constiuction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and 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 firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand�laid concrete 1) Forms shall extend the full depth of conerete 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 fonns showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving opexations 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 thoroughiy cleaned ai�er each use. 4. Removal. a. Forms shall remain in place until the conerete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form rennoval and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH 2O08 CIP Contr�act SA Christine Avenue, Christine Coutt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 07265 Revised Juty 1, 201 I 32 13 13 - 12 CONGRETE PAVING Page 12 of ]2 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bais 7 1. General. 8 a. When reinforcing steel tie bars, dowels, etc,, are required they shall be placed 9 as shown on the plans. 10 b. All reinforcing steel shall be clean, free from rust in the fo�Yn of loose or 11 objectionable scale, and of the type, size and dimensions shown on the plans. 12 c. Reinforcing bais shall be securely wired together at the alternate intersections 13 and all splices and shall be securely wired at each intersection dowel and load- 14 transmission unit intersected. 15 d. All bars shall be installed in their required position as shown on the plans. 16 e. The storing of reinforcing or structural steel on completed roadway slabs 17 generally shall be avoided and, where permitted, such storage shall be limited 18 to quantities and distribution that shall not induce excessive stresses. 19 2. Splices. 20 a. Provide standard reinforcement splices by lapping and tying ends. 21 b. Comply with ACI 318 foi• minimum lap of spliced bars where not speciiied on 22 the documents 23 3. Installation of Reinforcing Steel 24 a. All reinforcing bars and bar mats shall be installed in the slab at the required 25 depth below the finished surface and supported by and securely attached to bar 26 chairs installed on prescribed longitudinal and transverse centers as shown by 27 sectional and detailed drawings on the plans. 28 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 29 on the plans and shall be approved by the City prior to extensive fabrication 30 c. After the reinforcing steel is securely installed above the subgrade as specifed 31 in plans and as herein prescribed, no loading shall be imposed upon the bar 32 mats or individual bars before or during the placing or iinishing of the concrete. 33 4. Installation of Dowel Bars 34 a. Install through the predrilled joint filler and rigidly support in true horizontal 35 and vertical positions by an assembly of bar chairs and dowel baskets. 36 b. Dowel Baskets. 37 1) The dowels shall be held in position exactly parallel to surface and 38 centerline of the slab, by a dowel basket that is left in the pavement. 39 2) The dowel basket shall hold each dowel in exactly the correct position so 40 firmly that the dowel's position cannot be altered by concreting operations. 41 c. Dowel Caps. 42 1) Install eap to allow the Uar to move not less than 1-1/4 inch in either 43 direction. 44 5. Tie Bar and Dowel Placement. 45 a. Place at mid-depth of the pavement slab, parallel to the surface. 46 b. Place as shown on the plans. 47 6. Epoxy for Tie and Dowel Bar Installation 48 1) Epoxy bars as shown on the plans. CTTY OF FORT WORTH 2O08 CIP Contract SA Ch�tistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 13 13 - 13 CONCRETE PAVING Page 13 of 13 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 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before insertiug the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 5 � 1. Joints shall be placed where shown on the plans or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No j oints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions. a. The width of the joint shall be shown on the plans, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the plans. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's reeommendations. 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. Transverse Expansion Joints. a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the plans, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin iilm of grease or other approved de-bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the plans. 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 spacin� shown on the plans, or as approved by the City. c, Dowel bars, shall be of the size and type shown on the pians, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual pavement thickness, or deeper if so indicated on the plans. CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 13 13 - 14 CONCRETE PAVING Page 14 of 14 1 £ Complete sawing as soon as possible in hot weather conditions and within a 2 maximum of 24 hom�s after saw cutting begins under cool weather conditions. 3 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 4 tl�e point where some raveling is obseived. 5 h. Damage by blade action to the slab surface and to the concrete immediately 6 adjacent to the joint sl�all be minimized, 7 i. Any portion of the curing membrane which has been disturbed by sawing 8 operations shall be restored by sprayin� the areas with additional curing 9 compound. 10 7. Transverse Construction Joints. 11 a. Constiliction joints formed at the close of each day's work or when the placing 12 of concrete has been stopped for 30-minutes or longer shall be constiltcted by 13 use of inetal or wooden bulkheads cut true to the section of the finished 14 pavement and cleaned. 15 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock matei7al. 16 c. Longitudinal bais shall be held securely in place in a plane perpendicular to the 17 surface and at right angles to the centerliue of the pavement. 18 d. Edges shall Ue rounded to 1/4 inch radius. 19 e. Any surplus conerete on the subgrade shall be removed upon the resumption of 20 the work. 21 8. Longitudinal Construction Joints. 22 a. Longitudinal construction joints shall be of the type shown on the plans. 23 9. Joint Filler. 24 a. Joint filler shall be as speciiied in 2.2.I of the size and shape shown on the 25 plans. 26 b. Redwood Board joints shall be used for all pavement joints except for 27 expansion joints that are coincident with a Uutt joint against existing 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 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 �ller 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 carefully opened for the entire depth of the slab. 43 10, Joint Sealing. Routine pavement joints shall be filled consistent with paving details 44 and as speciiied in Section 32 13 73. Materials shall generally be handled and 45 applied according to the manufacturer's recommendations as specified in Section 46 32 13 73. 47 G. Placing Coucrete C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 321313-IS CONCf2E7'E PAVING Page IS of 15 1 1. Unless otherwise specified in the plans; the finished pavement shall be constructed 2 monolithically and constructed by inaehined laid method unless impractical. 3 2. The conerete shall be rapidly deposited on the subgrade in successive batches and 4 shall be distributed to the required depth and for the entire width of the pavement 5 by shoveling or other approved methods. 6 3. Any concrete not placed as herein prescribed within the time limits in the following 7 table will be rejected. Time begins when the water is added to the mixer. : 9 10 11 12 l3 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Tenlperature — Time Requirements Concrete Temperature Max Time — minutes Max Time — minutes (at oint of placement (no retarding agent (with retarding agent)� Non-A itated Concrete All tem eratures 45 45 Agitated Conerete Above 90°F Time may be reduced by 75 City Above 75°F th�-u 90°F 60 90 75°F and Below 60 120 1 Nonnal dosage of 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 l. Machine. a. Tolerance Limits. 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1J16 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 sllall be reworked and refinished. GITY OF FORT WORTH 2O08 CIP Contt•act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 13 13 - 16 CONCRETE PAVING Page 16 of 16 1 b. Edging. 2 1) The edges of slabs and all joints requiring edging shal] be carefully tooled 3 with an edger of the radius required by the plans at the tirne the concrete 4 begins to take its "set" and becomes non-workable. 5 2) All such work sha11 be left smooth and tilze to lines. 6 2. Hand. 7 a. Hand finishing permitted only in intersections and areas inaccessible to a 8 finishing machine. 9 b. When the lland method of striking off and consolidating is permitted, tlie 10 concrete, as soon as placed, shall be approximately leveled and then struck off l 1 with screed bar to such elevation above grade that, when consolidated and 12 finished, the surface of the pavement shall be at the grade elevation shown on 13 the plans. 14 c. A slight excess of material sliall be kept in front of the cutting edge at all times. 15 d. The straightedge and joint iinishing shall be as prescribed herein. 16 L Curing 17 1. The curing of concrete pavement shall be thorough and continuous throughout the 18 entire curing period. 19 20 ar 22 23 24 25 2. 3. 4. 5. 6. 7, 8. Failure to provide proper curing as herein prescribed shall be considered as sufficient cause for immediate suspension of the paving operations. The curing method as herein specified does not preclude the use of any of the other cornmonly used methods of curing, and the City may approve another method of curing if so requested by the CONTRACTOR. 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. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banked against them. The solution shall be applied, under pxessure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of euring compound. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and sha11 not disintegrate, checic, peel or crack during the curulg period. 26 27 28 29 30 31 32 33 34 35 9. If for any reason the seal is broken during the curing period, it shall be immediately 36 repaired with additional sealing solution. 37 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 38 Materials, the curing compound shall provide a film whieh shall have retained 39 within the test specimen a percentage of the moisture present in the specimen when 40 the curing compound was applied according to the following. 41 1 l. CONTRACTOR shall maintain and properly repair damage to curing materials on 42 exposed surfaces of concrete pavement continuously for a least 72 hours. 43 44 45 J. Monolithic Curbs 1. Conerete for monolithic curb shall be the same as for the pavement and, if carried back from the paving mixer, shall be plaeed within 20-minutes after bein� mixed. CITY OF FORT WORTH 2O08 CIP Contrnet SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUC'I'ION SPECIFICATION DOCi1MENTS City Project No. 01265 Revised July l, 2011 32 13 13 - l7 CONCRETE PAVING Page 17 of 17 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 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the plans. 4. 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 speciiications 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 constiucted to the typical cross sections sho�vn on the plans. b. Transverse expansion joints of the type shown on the plans shall be constructed at the property line on each end of the alley with a maximum spacing of 600 feet. c. Transverse contraction and dummy joints shall be placed at the spacing shown on the plans. d, Contraction and dummy joints shall be formed in such a manner that the required joints shall be produced to the satisfaction of the City. e. All joints shall be constructed in accordance with this specification and iilled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be • provided at location indicated on the plans or as directed by the City. 2. The extent and location of each leaveout required and a suitable crossover connection to provide for traffic movements shall be detennined in the �eld by the City. 27 3.5 REPAIIZ 28 A. Repair of concrete pavement concrete shall be consistent with paving details and as 29 specified in Section 32 O1 29. 30 3.G RE-INSTALLATION [NOT USED] 31 3.7 SITE QUALITY CONTROL 32 A. Concrete Placement 33 1. Place concrete using a fully automated paving machine. Hand paving only 34 permitted in areas such as intersections where use of paving machine is not 35 practical 36 a. All concrete pavement not placed by hand shall be placed using a fully 37 automated paving machine as approved by the City. 38 b. Screeds will not be allowed except if approved by the City. 39 B. Testing of Materials. 40 1. Samples of all materials for test shall be made at the expense of the City, unless 41 otherwise specified in the special provisions or in the plans. CITY OF FORT WORTH 2O08 CIP ConU�act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 32 13 13 - l8 CONCRETE PAVING Page 18 of 18 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the CONTRACTOR' S expense at the same rate charged by 4 the coinmercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 C. Pavement Thickness Test. 2. 3. 4. 5. 6. Upon completion of the work and before �nal acceptance and iinal payment shall be made, pavement thicicness test shall be made by the City. The number of tests and location shall be at the discretion of the City, unless otheiwise specified in the special provisions or on the plans. The cost for the initial pavement thickness test shall be the expense of the City. In the event a deiiciency in the thickness of pavement is revealed dm•ing normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR'S expense. The cost for additional coring test shall be at the same rate charged by commercial laboratories. Where the average thickness of pavement in the area found to be deficient in thicicness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thicicness Proportional Part Deterniined b Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0,75 inch or 1/10 of the plan thickness, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the area of such de�ciency should not be removed and replaced, there shall be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thickness shown on the plans. 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thickness shown on the plans. 11. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the plans. D. Pavement Strength Test. CITY OF FORT WORTH 2O08 CIP Contixct SA Christine Avenue, Christine Cou�t & Quinn Street STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS City Project No. 01265 Revised July 1, 201 I 32 13 13 - 19 CONCRETE PAVING Page 19 of 19 1 2 3 4 5 6 7 8 9 10 11 12 13 14 is 16 17 18 19 20 21 22 1 2 3 4 E � During the progress of the work the City shall provide trained tecluucians to cast test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. After the cylinders have been cast, they sl�all remain on the job site and then transported, moist cured, and tested by the City in accordance with ASTM C31 and ASTM C39. In each set, one of the cylinders shall be tested at 7 days, two cylinders shall be tested at 28 days, and one cylinder shall be held or tested at 56 days, if necessary. 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 oven-ide the results of tlie eylinder tests. Cylinders and/or cores must ineet minimum specified strength. If cylinders do not meet minimum specified strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the CONTRACTOR. 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-pereent Greater Than 10% - Not More Than 15% 80- ercent Greater Than 15% 0-percent or removed and replaced at the entire cost and expense of CONTRACTOR as directed by City 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 7. The amount of penalty shall be deducted from payment due to CONTRA.CTOR; such as penalty deducted is to defray the cost of extra maintenance. 8. The strength requirements for structures and other conerete 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 Conerete Acceptance Policy. l. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a detertnination as to the need for aetion 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 iinal inspection and acceptance or at any time prior to the end of the project maintenance period. The CONTRACTOR shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CON5TRUCTION SPECIFICATION DOCUMENTS City Pinject No. 01265 Revised July 1, 2011 32 13 13 - 20 CONCRETE PAVING Page 20 of 20 1 3. If remedial work beyond routing and sealing is determined to be necessary, the 2 Inspector and the CONTRACTOR will attempt to agree on the cause of the 3 cracking, If agreement is reached that the cracking is due to deiicient materials or 4 workmanship, the CONTRACTOR shall perform the remedial work at no cost to 5 the City. Remedial work in this case shall be limited to renioving and replacing the 6 deficient work with new material and workmanship that meets the requirements of 7 the contract. 8 4. If remedial work beyond routing and sealing is detern�ined to be necessary, and the 9 Inspector and the CONTRACTOR agree that the cause of the cracking is not 10 deficient materials or workmanship, the City may request the CONTRACTOR to 11 provide an estimate of the cost of the necessary remedial work and/or additional 12 work to address the cause of the cracking, and the CON i'R.ACTOR will perform 13 that work at the agreed-upon price if the City elects to do so. 14 5. If remedial work is necessary, and the Inspector and the CONTRACTOR cannot 15 agree on the cause of the craeking, the City may hire an independent geotechnieal 16 engineer to perfonn testing and analysis to determine the cause of the cracking. 17 The contractor will escrow 50% of the proposed costs of the geotechnical contract 18 with the City. The CONTRACTOR and the City shall use the services of a 19 geotechnical firm acceptable to both parties. 20 6. If the geotechnical engineer determines that the primary cause of the cracking is the 21 CONTI2ACTOR'S deficient inaterial or workmanship, the remedial work will be 22 performed at the CONTRACTOR'S entire expense and the CONTRACTOR will 23 also reimburse the City for the balance of the cost of the geotechnical investigation 24 over and above the amount that has previously been escrowed. Remedial work in 25 this case sllall be limited to removing and replacing the deficient work with new 26 material and workmanship that meets the requirements of the contract. 27 7. If the geotechnical engineer determines that the primary cause of the cracking is not 28 the CONTRACTOR'S deficient material or workmanship, the City will return the 29 escrowed funds to the CONTRACTOR. The Contractor, on request, will provide 30 the City an estimate of the costs of the necessary remedial work and/or additional 31 work aud will perform the work at the agreed-npon price as directed by the City. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT US�D] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 36 312 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED) 38 3.14 ATTACHMENTS [NOT USED] 39 40 END Or SECTION Revision Log CITY OF FORT WORTH 2O08 CTP Conti�aet SA Christine Avenue, Christine Court & Quinn Street STANDARb CONSTIZUCTION SPECiFICATION DOCi1MENTS City Project No. 01265 Revised July I, 2011 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 DATE I NAIviE I SUMMARY OF CHANGE 1 C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cowt & Quinn Str�eet STANDARD CONSTRUCTION SPECIFICATION DOC[JMENTS City Project No. 01265 Revised July 1, 201I 32 13 20 - 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page i of 3 1 2 SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND Bl�RIZIER FREE RlAMPS 3 PART 1 - GEN�ItAL 4 l.l SITMMARY 5 A. Section Includes 6 1, Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps �� 11 12 13 14 15 16 17 B. Deviations from City of Fort Worth Standards 1. None C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, aild 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 18 1.2 PRICE AND PAI'MENT PROC�DUI2ES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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 iinal position by thickness and type. 1) From back of projected curb, including the area of the curb radii and extend to the limits specified in plans. 2) Sidewalk portion of drive included in driveway measurement 3) Curb on driveways included in driveway measurement. c. Barrier free ramps: measure by each unit of completed and accepted barrier free ramp per type by width of connecting sidewalk including: 1) curb ramp 2) landing and detectable warning surface as shown on the plans. 3) adjacent flares or side curb 2. Payment: contract unit price bid for the work performed and all materials furnished. Subsidiary work and materials include: a. excavating and preparing the subgrade b. furnishing and placing all materials c. manipulation, labor, tools, equipment and incidentals necessary to complete the work. 40 1.3 REFEI2ENCES 41 A. Abbreviations and Acronyms C1TY OF FORT WORTH 2O08 CIP Cont��act SA Christine Avenue, Christine Coutt & Quinn Street 5TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 321320-2 CONCRETE SiDEWALKS, DRIVEWAYS AND BARRIER FREG FLAMPS Page 2 of 3 1 2 3 4 5 6 7 8 9 1.4 10 1.5 11 1.6 12 13 14 15 EC.� 1, TAS — Texas Accessibility Standards 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non-extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) ADMINISTRATIV� it�QUIItEMENTS [NOT USED] SUBMITTALS [NOT US�D] ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS A. Mix Desi�n: submit for approval. Section 32 13 13. B. Product Data: submit product data and sample for pre-cast detectable warning for barrier free ramp. CLOSEOUT SUBMITTALS MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.7 1.8 17 1.9 QUALITY ASSUI2ANCE [NOT USED) 18 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 19 l.11 FIELD CONDITIONS 20 A. Weather Conditions: Placement of concrete shall be as speciiied in Section 32 13 13. 21 22 23 24 25 26 27 28 29 30 31 1.12 WARItANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FiTI2NISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A, Forms: wood or metal straight, fi•ee frorn warp and of a depth equal to the thickness of the finished work. B, Concrete: see Section 32 13 13. 1. Unless otherwise shown on the plans or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Concrete' Cementitious, Compressive Water/ Lb./CY Strength2 Cementitious psi Ratio A I 470 I 3000 I 0.58 32 33 C. Reinforcement: see Section 32 13 13. Course Aggregate Maximum Size, inch 1-1/2 CITY OF FORT WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Projeci No. 01265 Revised July l, 201 I 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 3 1 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 2 bars at 18 inches on-center-both-ways at the center plane of all slabs. 3 D. Joint Filler. 4 l. Wood Filler: see Section 32 13 13. 5 2. Pre-Molded Asphalt Board Filler: 6 a. Use only in areas where not practical for wood boards. 7 b. Pre-molded asphalt board itller: ASTM D545. 8 c. Install the required size and uniform thickness and as specified in plans. 9 d. Include two liners of 0.016 asphalt impregnated kraft paper iilled with a mastic 10 rnixture of asphalt and vegetable fiber and/or mineral filler. 11 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the plans. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUA.LITY CONTROL [NOT USED] 14 PART 3 - �XECUTION 15 3.1 INSTALLERS [NOT USED� 16 3.2 EXAMINATION [NOT US�D] 17 3.3 PRCPARATION 18 A. Surface Preparation 19 l. Excavation: Excavation required for the construction of sidewalks, driveways and 20 barrier free ramps shall be to the lines and grades as shown on the plans or as 21 established by the City. 22 2. Fine Grading 23 a. The CONTRACTOR shall do all necessary filling, leveling and iine grading 24 required to bring the subgrade to the exact grades specified and compacted to at 25 least 90 percent of maximum density as determined by ASTM D698. 26 b. Moisture content shall be within minus 2 to plus 4 of optimum. 27 c. Any over-excavation shall be repaired to the satisfaction of the City. 28 B. Demolition / Removal 29 l. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 30 3.4 INSTALLATION 31 A. General 32 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 33 2. Sidewalks constructed in driveway approach sections shall have a minimum 34 thickness equal to that of driveway approach or as called for by plans and 35 specifications within the limits of the driveway approach. 36 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 37 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 38 The construction of the driveway approach shall include the variable height radius 39 curb in accordance with the plans and details. CITY OF FORT WORTH 2O08 CIP Contract SA Chrisline Avenue, Christine Coud & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 321320 -4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 4 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 3'1 38 39 40 : .�J 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the CONTRACTOR and not meeting TAS must be removed and replaced to meet TAS (no separate pay). Forms: Forms shall be securely staked to line and grade and inaintained in a true position during the depositing of concrete. Reinforcement: see Section 32 13 13. D. Coucrete Placement: see Section 32 13 13. E, Finishing 1. Concrete sidewallcs, driveways and barrier fi•ee ramps shall be �nished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush iinish. 3. Provide axposed aggregate finish if specified, 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and SO foot intervals for 5 foot wide and greater sidewalk. 3, Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool, 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install bricic red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer's instructions. C1TY OI' FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUIvTENTS City Project No. 01265 Revised July 1, 2011 321320-5 CONCRETE S]DEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 3.5 [It�PAIR]/[RLSTOItATION] [NOT USED] 3.6 R�-INSTA.LLATION [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 CLOS�OUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT US�Dj 3.13 MAINT�NANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OI' S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 12 C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pibject No. 01265 Revised Ju(y I, 2011 321373-1 CONCRETE PAVINC JOtNT SEALANTS Page 1 of 3 1 S�CTION 32 13 73 2 CONCRETE PAVING JO1NT SEALANTS 3 PART1- GEN�RAL 4 1.1 SUMMAI2Y 5 A. Section Includes 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Standard Detail 8 1. Typical Street Construction Details 9 C. Deviations from City of Foz�t Worth Standards 10 1. None i l D. Related Specification Sectians include but are not necessarily limited to 12 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 13 Contract. 14 2. Division 1- General Requirements. 15 3. Section 32 13 13 - Concrete Paving. 16 1.2 PRIC� AND PAYMENT PROCEDUI2�S 17 A. Measurement and Payment. 18 1. Measurement: when specified in the plans to be a pay item, measure by the linear 19 foot of completed and accepted joint sealant. 20 2. Payment: Unless otherwise specified on plans, the work performed and materials 21 furnished as required in this Section will not be paid for directly but will be 22 subsidiary to other bid items. 23 1.3 12EFEItENCES 24 A. Reference Standards 25 l. ASTM International (ASTM): 26 a. D5893, Standard Specification for Cold Applied, Single Component, 2� Chemically Curin� Silicone Joint Sealant for Portland Cement Concrete 2g Pavements 29 1.4 ADMINISTRATIVE It�QUIR�MENTS [NOT USED] 30 1.5 ACTION SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Test and Evaluation Reports 33 1. Prior to installation, furnish certiiication by an independent testing laboratory that 34 the silicone joint sealant meets the requirements of this Section. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 32 13 73 - 2 CONCRE"I'E PAVING JOINT S�ALANTS Page 2 of 3 1 2. Submit verifiable documentation that the manufachuer of the silicone joint sealant 2 has a minimum two-year demonstrated, documented successfill field performance 3 with concrete pavement silicone joint sealant systems. 4 1.7 CLOS�OUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT US�D] 6 1.9 QUALITY ASSUI2ANCE [NOT US�D] 7 1.10 DELTVERY, STORAG�, AND HANDLING [NOT US�D] 8 1.11 I'I�LD CONDTTIONS 9 A. Do not apply joint sealant when the air and pavement temperature is less than 35°F l0 B. Concrete surface must be clean, dry aud frost free. 11 C. Do not place sealant in an expansion-type joint if surface temperature is below 35°F or 12 above 90°F. 13 1.12 WAI2RANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER TURNISHED PRODUCTS [NOT US�D] 16 2.2 MAT�RIALS & EQUIPMENT 17 A. Materials 18 l. Joint Sealant: ASTM D5893. 19 2. Joint Filler, Backer Rod and Breaker Tape 20 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 21 rod and polyethylene bond breaker tape of sufiicient size to provide a tight seal. 22 b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent 23 the joint sealant from flowing to the bottom of the joint. 24 c. The backer rod and breaker tape shall be compatible with the silicone joint 25 sealant and no bond or reaction shall occur between them, 2G 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED) 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General. CITY OF FORT WORTH 2O08 CIP Conti�act SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFiCATtON DOCLTMENTS City Project No. 01265 Revised July i, 2011 32 13 73 - 3 CONCRETE PAVING JOiNT SEALANTS Page 3 of 3 l. The silicone sealant shall be cold applied. 2 2. Allow concrete to cu�-e for a minimum of 7 days to ensure it has sufficient strength 3 prior to sealing joints. 4 3. Perform joint reservoir saw cutting, cleaning, bond breaker installatioz�, aud joint 5 sealant placement in a continuous sequence of opet•ations. 6 4. See plans for the various joint details with their respective dimensions. 7 B. Equipment 8 1. Provide all necessary equipment and keep equipment in a satisfactory working 9 condition. 10 I1 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 2. Equipment shall be inspected by the OWNER prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c, Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. £ 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 2 3 C! Dry saw in one direction with reverse cutting blade then sand blast. Use compressed air to remove the resulting dust from the joint. 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 saudblasted in separate, one directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. Check the blown joint for residual dusi 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. 41 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 42 6. Bond Breaker Rod and Tape: insiall in the cleaned joint prior to the application of 43 the joint sealant. 44 7. Do not leave open, cleaned joints unsealed overnight. 45 E. Joint Sealant CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue; Christine Court & Quinn Street 5TANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 321373-4 CONCRETE PAVIT�'G JOINT SEALANTS P�ge 4 of 4 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 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean iinal condition as determined by City. 5. Do not allow trafiic on the fi•esh sealant until it becomes tack-free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning aud sealing of joints. a. The representative shall demonstrate to the CONTRACTOR and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.G RE-TNSTALLATION [NOT US�D] 3.7 rIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�DJ 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USLD] �ND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 27 CITY OF FORT WORTH 2O08 CIP ConGact SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTiON SPECIFICATION DOCiJMENTS City Project No. 01265 Revised July 1, 201 I 32 17 23 - 1 PAVEMENT MARKINGS Page 1 of 3 1 2 3 PART 1- G�NEI2AL 4 1.1 SiTMMARY SECTION 00 00 003 PAVEMENT MARKINGS 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplasiic, hot-applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot-applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 e. 1'ainted rnarkings 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1— General Requirements 20 1.2 PRICE AND PAYMENT PROCEDUR.ES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Pavement Markings a. Measurement 1) Measurement for this Item shall be per linear foot of material placed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Pvmt Marking" installed for: a) Various Widths b) Various Types c) Various Materials d) Various Colors c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required - 3) Surface preparation 4) Clean-up 5) Testing (when required) 2. Legends a. Measurement 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 321723-2 PAVEMENT MARKINGS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3 Q [.` . � b. Payment 1) The worlc performed and materials fui�nished in accordance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c, The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing Raised Markeis a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed, U. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Fire Lane Marking" installed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment CITY OF FORT WORTH 2O08 CIP ConG�act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECTFICATTON DOCUMENTS City Project No. 01265 Revised July l, 2011 32 17 23 - 3 PAVEMENT MARKINGS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 7 20 21 22 23 24 25 26 27 28 29 30 31 : 1) The work performed and materials furnished in accordanca with this Item and measured as.provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Pvmt Marking" performed for; a) Various widths c. The price bid shall include; 1) Removal of Pavement Markings 2) Clean-up Raised Marker Removal a. Measurement 1) Measurement for this Item shall be per each Pavement Marker removed. b. Payment 1) The work perfornled and materials furnished in accordance with this Item shall be paid for at tha unit price bid per each "Remove Raised Marker" performed for: a) Various types c. The price bid shall include: 1) Removal of each Marker 2) Disposal of removed materials 3) Clean-up Legend Removal a. Measurement 1) Measure for this Item shall be per each Legend removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Legend" performed for: a) Various types b) Various applications c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up 32 1.3 REFERENCES 33 A. Reference Standards 34 1. 35 36 37 2. 38 39 40 41 42 43 44 45 46 47 3 Reference standards cited in this Specification refer to the current refexence standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. Manual on Uniform Traffic Control Devices (MUTCD�, 2009 Edition a. Part 3, Markings American Association of Stale Highwav and Transportation Officials (AASHTO) a. Staiidard Specification for Glass Beads Used in Pavenlent Markings, M 247-09 4. Federal Hi hway Administration (FHWA) a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 5. Texas Departme�lt of Transportation TxDOT) a. DMS-4200, Pavement Markers (Reflectorized) b. DMS-4300, Traffic Buttons c. DMS-8220, Hot Applied Thermoplastic d. DMS-8240, Permanent Prefabricated Pavement Markings CITY OF I'ORT W03ZTH 2O08 C1P ConU•act SA Christine Avenue, Christine Couri & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 32 17 23 - 4 PAVENIENT MARI<iNGS Page 4 of 4 1 e. DMS-8241, Removable Prefabricated Pavement Markings 2 f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs 3 1.4 ADMINISTRATIV� REQUIREM�NTS [NOT US�D] 4 1.5 SLTBMITTALS 5 A. Submittals shall be in accordance with Section O1 33 00. 6 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 7 fabrication for specials. 8 1.6 ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS [NOT US�D] 9 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 10 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT US�D] 11 1.9 QUALITY ASSLJRANC� [NOT USEDJ 12 1.10 D�LIV�RY, STORAGE, AND I�NDLING 13 A. Storage and Handling Requirements 14 1. The Contractor shall secure and maintain a location to store the material in 15 accordance with Section Ol 50 00. 16 1.11 FI�LD [SITE] CONDTTIONS [NOT US�D] 17 1.12 WARI2ANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWN�R-SUPPLIED PRODUCTS 20 A. New Products 21 l. Refer to Drawings to determine if there are owner-supplied products for the Project. 22 2.2 MATERIALS 23 A. Manufacturers 24 1. Only the manufacturers as listed in the City's Standard Products List will be 25 considered as shown in Section Ol 60 00. 26 a. The manufacturer must comply with this Specification and related Sections. 27 2. Any product that is not listed on the Standard Products List is considered a 28 substitution and shall be submitted in accordance with Section Ol 25 00. 29 B. Materials 30 1. Pavement Markings 31 a. Thermoplastic, hot applied, spray 32 1) Refer to Drawings and City Standard Detail Drawings for width of 33 longitudinal lines. 34 2) Product shall be especially compounded for traf�ic markings. CTTY OF FORT WORTH 2O08 CIP Conh�act SA Christine Avenue, Christine Cou�4 & Quinn Street STANDARD CONSTRUCTION SYECIFICATION bOCLTMENTS City Project No. 01265 Revised July 1, 201 t 32 17 23 - 5 PAVEMENT MARIUNGS Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4$ 49 50 L7 3) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. 4) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking, S) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 6) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 7) The density and quality of the material shall be unifonn tlu-oughout the markings. 8) The thickness shall be uniform throughout the length and width of the markings. 9) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 10) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 11) The material shall not prohibit adhesion of other thermoplastic markings if, at some future tinle, new markings are placed over existiug material. a) New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 12) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 13) Trafiic beads a) Manufactured from glass b) Spherical 'ui shape c) Essentially free of sharp angular particles d) Essentially free of particles showzng cloudiness, surface sco�•ing or surface scratching e) Water white in color fl Applied at a uniform rate g) Meet or exceed Specifications shown in AA.SHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. Thermoplastic, hot applied, extruded 1) Product shall be especially compounded for traffic markings 2) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. 3) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 4) The markings shall retain their original eolor, dimensions and placeinent under normal traffic conditions at road suxface temperatures of 158 degrees Fahrenheit and below. 5) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. C1TY OF FORT WORTH 2O08 CIP Conh-act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised luty 1, 201 I 32 17 23 - 6 PAVEMENT MARI<INGS Page 6 of 6 1 6) The density and quality of the material shall be uniform tluoughout the 2 markings. 3 7) The thickness shall be uniform throughout the length and width of the 4 markings. 5 8) The maricings shall be 95 percent free of holes and voids, and free of 6 blisters for a minimum of 60 days after application. 7 9) The minimum thickness of tlle marking, as measured above the plane 8 formed by the pavement surface, shali not be less than 1/8 inch in the center 9 of the marking and 3/32 inch at a distance of'/2 inch from the edge. 10 10) Maximum thickness shall Ue 3/16 inch. 11 11) The material shall not deteriorate by contact with sodium chloride, calcium 12 chloride or other ehemicals used to prevent roadway ice or because of the 13 oil content of pavement markings or from oil droppings or other effects of 14 traffic. 1 S 12) The material shall not prohibit adhesion of other thermoplastic markings if, 16 at some future time, new marlcings are placed over existing material. New 17 material shall bond itself to the old line in sucli a manner that no splitting or 18 separation takes place. 19 13) The markings placed on the roadway shall be completely retroreflective 20 both internally and externally with traffic beads and shall exhibit uniform 21 retro-directive reflectance, 22 14) Traf�c beads 23 a) Manufactured fi•om �lass 24 b) Spherical in shape 25 c) Essentially free of sharp angular particles 26 d) Essentially free of particles showing cloudiness, surface scoring or 27 surface scratching 28 e) Water white in color 29 fl Applied at a uniform rate 30 g) Meet or exceed Specifications shown in AASHTO Standard 31 Specification for Glass Beads Used in Pavement Markings, AASHTO 32 Designation: M 247-09. 33 c. Preformed Polymer Tape 34 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 35 3M High Performance Tape Series 3801 ES, or approved equal. 36 d. Preformed Heat-Activated The��noplastic Tape 37 1) Matei7al shall meet or exceed the Specifications for HOT Tape Brand 0.125 38 mil prefonned thermoplastic or approved equal. 39 e. Traffc Paint 40 1) Materials shall meet or exceed the TxDOT Speci�cation DMS-8200. 41 2. Raised Markers 42 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 43 Control Devices. 44 b. Non-reflective markers shall be Type Y(yellow body) and Type W(white 45 body) round ceramic markers and shall meet or exceed the T�OT 46 Specification DMS-4300. 47 c. The reflective markers shall be plastic, meet or exceed the TxDOT 48 Speciiication DMS-4200 for high-volume retroreflective raised markers and be 49 available in the following types: 50 1) Type I-C, white body, 1 face reflects white CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS Ciry Project No. 01265 Revised 7uly 1, 201 ] 321723-7 PAVEMENI' MARKWGS Page 7 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 2) Type II-A-A, yellow body, 2 faces reflect amber 3) Type II-C-R, white body, 1 face reflects white, the other red 3. Work Zone Markings a. Tabs 1) Temporary flexible-reflective roadway niarker tabs shall meet requirements of TxDOT DMS-8242, "Temporary Flexible-Reflective Road Marker Tabs." 2) Removable markings shall not be used to simulate edge lines. 3) No segment of roadway open to traffic shall remain without permanent pavement markings for a period greater than 14 calendar days. b. Raised Markers 1) All raised pavement markers shall meet the requirements of DMS-4200. c. Striping 1) Worl� Zone striping shall meet or exceed the TxDOT Specification DMS- 8200. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL 18 19 20 A. Performance 1. Minirraum maintained retroreflectivity levels for longitudinal markings shall meet the requirements detailed in the table below for a minimum of 30 calendar days. Posted S eed m I� < 30 ��- 35 — 50 >_ 55 2-lane roads with centerline I �a I 100 ( 250 21 22 23 24 25 26 27 28 � All other roads (2) � n/a � 50 � 100 (1) Measured at standard 30-m geometry in units of inedlm /lux. (2) Exceptions: A. When raised reflective pavement markings (RRPMs) supplement or substitute for a longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as long as the RRPMs are maintained so that at least 3 are visible from any position along that line during nighttime conditions. B. When continuous roadway lighting assures that the markings are visible, minimum pavement marking retroreflectivity levels are not applicable. PART 3 - EXECUTION 30 3.1 EXAMINATION [NOT USED] 31 3.2 PREPARATION 32 33 34 35 36 37 A. Pavement Conditions 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing markings and othez• forms of contamination. 2. New Portland cement concrete surfaces shall be cleaned suf%ciently to remove the curing membrane. 3. Pavement to which material is to be applied shall be completely dry. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Chrisline Coutt & Quinn Street STANDARD CONSTRUCTION SPEC1FtCAT10N DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 1? 23 - 8 PAVEMENT MARKTNGS Page 8 of 8 1 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 2 minutes, no conclensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. �quipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 A. General 8 1. The materials shall be applied according to the manufacturer's recommendations. 9 2. Marlciugs and markers shall be applied within temperature limits recoinmended by 10 the material manufacturer, and shall be applied on clean, diy pavement having a I 1 surface tenlperattu•e above 50 degrees Fahrenheit. 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 3. Markings that are not properly applied due to faulty application methods or being placed in the wrong position or alignment shall be removed and replaced by the Contractor at the Contractor's expense. If the mistalce is such that it would be confusing or hazardous to motorists, it shall be remedied the same day of notiiication. Notification will be made by phone and confirmed by fax. Other mistalces shall be remedied within 5 days of written notification. 4. Wheu markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. 5. Freshly applied markings shall be protected from traffic damage and disiigurement. 6. Temperature of the material must be equal to the temperature of the road surface before allowing traffic to travel on it. B. Pavement Markings 1. Thermoplastic, hot applied, spray a, This method shall be used to install and replace long lines — centerlines, lane lines, edge lines, turn lanes, and dots. b. Marlcings shall be applied at a 110 rnil thickness. c, Markings shall be applied at a 90 mil thickness when placed over existing markings. d. Typical setting time sha11 be between 4 minutes and 10 minutes depending upon the roadway surface temperature and the humidity factor. e. Retroreflective raised markers shail be used to supplement the centerlines, lane lines, and turn lanes. Refer to City Standard Detail Drawings for placement. £ Minimum retroreflectivity of markings shall meet or exceed values shown in subparagraph 2.4.A.1 of this Specification. 2. Thermoplastic, hot applied, extruded a. This method shall be used to install and replace crosswalks and stop-lines. b. Markings shall be applied at a 125 mil thickness. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 3. Prefonned Polymer Tape a. This method shall be used to install and replace crosswalks, stop-lines, and legends. b. The applied marking shall adhere to the pavement surfaee with no slippage or lifting and have square ends, straight lines and clean edges. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01265 Revised July 1, 2011 321723-9 PAVEMEN"I' NIARKINGS Page 9 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 G� 5. a Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. Preformed Heat-Activated Thei7noplastic Tape a. This method shall be used to install and replace crosswalks, stop-lines, and legends. b. The applied marking shall adhere to the pavement surface with no slippage or lifiing and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. Trafiic Paint a. This method shall be used to install Work Zone Markings, Parking Lot Markings and any other temporary marking application. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Miniznum retroreflectivity of markings shall meet or exceed values shown in this Specification. 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 C. Raised Markers 1. All permanent raised pavement markers on Portland Cement roadways shall be installed with epoxy adhesive. Bituminous adhesive is not acceptable. 2. All permanent raised paven�ent markers on new asphalt z•oadways may be installed with epoxy or bituminous adhesive. 3. A chalk line, chain or equivalent shall be used during layout to ensure that individual markers are properly aligned. All markers shall be placed uniformly along the line to achieve a smooth continuous appearance. D. Work Zone Markings 1. Work shall be perfornied with as little disruption to trafiic as possible. 2. Install longitudinal markings on pavement surfaces before opening to traffic. 3. Maintain lane alignment trafiic control devices and operations until markings are installed. 4. Install markings in proper alignment in accordance with the Texas MUTCD and as shown on the Drawings. 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement of a surface treatment, unless otherwise shown on the Drawings. 6. Place markings in proper alignment with the location of the final pavement markings. 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or transverse lines. 8. All mai•kings shall be visible from a distance of 300 feet in daylight conditions and from a distance of at least 160 feet in nighttime conditions, illuminated by low- beam automobile headlight. 9. The daytime and nighttime reflected color of the markings must be distinctly white or yellow. 10. The markings m.ust exhibit uniform retroreflective characteristics. 11. Epoxy adhesives shall not be used to work zone markings. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 17 23 - ] 0 PAVEMENT MARKINGS Page 10 of 10 1 3.4 REMOVALS 2 1. Pavement Marlcing and Marker Removal 3 a. The industry's best practice shall be used to remove existing pavement 4 markings and markers, 5 b. If the roadway is being damaged during the marlcer removal, Work shall be 6 halted ui�til consultation with the City. 7 c. Removals sliall be done in such a matter that color and texture contrast of the 8 pavement surface will be held to a minimum. 9 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 10 '/ inch in depth resulting fi•om the reinoval of pavement markings and markers. 11 Driveway patch asphalt emulsion may be broom applied to reseal damage to 12 asphaltic surfaces. 13 e. Dispose of markers in accordance with federal, state, and local regulations. 14 £ Use any of the following methods unless otherwise shown on the Drawings. 15 1) Surface Treatment Method 16 a) Apply surface treatment at rates shown on the Drawings or as directed. 17 Place a surface treatment a mininlum of 2 feet wide to cover the 1� existing marking. 19 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 20 of 1 lane in width in areas where directional ehanges of traffic are 21 involved or in other areas as directed by the City. 22 2) Burn Method 23 a) Use an approved burning method. 24 b) For thermoplastic pavement markings or prefabricated pavement 25 markings, heat may be applied to remove the bullc of the marking 26 material prior to blast cleaning. 27 c) When using heat, avoid spalling pavement surfaces. 28 d) Sweeping or light blast cleaning may be used to remove minor residue. 29 3) Blasting Method 30 a) Use a blasting method such as water blasting, abrasive blasting, water 31 abrasive blasting, shot blasting, sluriy blasting, water-injected abrasive 32 blasting, or brush blasting as approved. 33 b) Remove pavement marlcings on concrete surfaces by a blasting method 34 only. 35 4) Mechanieal Method 36 a) Use any mechanical method except grinding. 37 b) Flail milling is aeceptable in the removal of markings on asphalt and 38 concrete surfaces. 39 2. If a location is to be paved over, no additional compensation will be allowed for 40 marking or marker removal. 41 3.5 REPAIR / RESTORATION [NOT USED] 42 3.6 RE-INSTALLATION (NOT USED] 43 3.7 FIELD QUALITY CONTROL 44 A. All lines must have clean edges, square ends, and be uniform cross-section. 45 B. The density and quality of markings shall be uniform throughout their thickness. CITY OF FORT WORTfI 2008 CIP Contract SA Chiistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCCJMENTS City Project No. 01265 Revised Jtily l, 2011 ' 32 17 23 - 11 PAVEMENT MAR(UNGS I'age 11 of i l 1 C. The applied markings shall liave no more than 5 percent, by area, of lioles or voids and 2 shall be free of blisters. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 AllJUSTING [NOT US�D] i 5 3.10 CLEANING 6 A. Contractor shall clean up and remove all loose material resulting from construction 7 operations. 8 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 9 3.12 PROT�CTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] ' 11 3.14 ATTACHMENTS [NOT US�D] 12 END OT' S�CTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 CIP Contract SA Cluistine Avenue, Christute Coutt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 31 l3 - 1 CHAIN LINK FENCES AND GATES Page 1 of 6 1 2 3 PART1- G�NERAL SECTION 32 31 13 CHAIN LINK FENCES AND GATES 4 11 SLJMMAItY 5 A. Section Includes 6 l. Galvanized coated chain link (non-security) fencing and accessories in accordance 7 with the City's Zoning Ordinance. 8 B. Deviations from City of Fort Worth Standards 9 1. None 10 C. Related Speci�cation Sections include but are not necessarily limited to 11 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 12 Contract. 13 2. Division 1- General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDUI2ES 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 A. Measurement and Payment l. Measurement a. Chain Link Fence: measure by the linear foot by height and specified fabric material. b. Wrought Iron Fenee: measure by linear foot by height of wrought iron fence speciized in plans. c. Steel Tube Fence: measure by linear foot by height of steel tube fence specified in plans. 2. Payment: made at the contraci unit price including full compensation for: a. fizrnishing all materials for fences and gates; b. all preparation, erection and installation of materials; c. all labor, equipment, tools, and incidentals necessary to complete the work. B. Reference Standards 1. Reference standards cited in this speciiication refer to the cun•ent reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A 36, Standard Specification for Carbon Structural Steel b. A 121, Standard Specification for Metallic-Coated Carbon Steel Barbed Wire c. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products d. A 392, Standard Speciiication for Zinc-Coated Steel Chain-Link Fence Fabric e. A 500, Standard Speci�cation for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes f. F 626, Standard Speciiication for Fence Fittings g. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Fram.ework CITY OF FORT W ORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01265 Revised July 1, 2011 32 31 l3 - 2 CHAIN LINK FENCES AND GATES Page 2 of 6 1 h. P 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated 2 (Galvanized) Welded, for Fence Structures 3 i. F 1183, Speciiication for Aluminum Alloy Chain Linlc Fence Fabric 4 1.3 12EFERENC�S [NOT US�DJ 5 1.4 ADMINISTRATIVE R�QUIR�M�NTS [NOT USED] 6 1.5 ACTION SUBMITTALS 7 A. Shop drawings: Layout of fences and gates with dimensions, details, and iinishes of 8 components, accessories and post foundations if requested by the City. 9 B. Product data: Manufacturer's catalog cuts indicating material compliance and speciiied 10 options. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOS�OUT SLTBMITTALS [NOT USEll] 13 1.8 MAINTENANCE MAT�RIAL SUSMITTALS [NOT USED) 14 19 QUALITY ASSLIRANCE [NOT US�D] 15 1.10 DELIV�RY, STORAGE, AND IiANDLING [NOT US�D] 16 l.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT US�D] 18 PART 2 - PRODUCTS 19 2.1 OWN�R-rIJRNISH�D [NOT US�D) 20 2.2 MANUFACTURED UNITS / MATERIALS 21 A. Manufacturer 22 1. Minimum of iive years experience manufacturing galvanized coated chain link 23 fencing. 24 2, Approved Manufacturer or equal: 25 a. Allied Fence, Inc, 26 b. American Fence Corp. 27 c. Anchor Fence, Inc. 28 d. Master Halco, Inc. 29 B. Materials 30 1. Chain Link Fence 31 a. General 32 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire 33 shall be of steel. 34 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands 35 and other parts shall be of steel, malleable u•on, ductile iron or equal 36 3) Post tops, rail end, ties and clips may be of aluminum. 37 4) Use only new material, or salvaged/existing material if approved by City or 38 noted on plans. 39 b. Steel Fabric 40 1) Fabric CITY OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECiFICATION DOCiJMENTS City Project No. 01265 Revised July 1, 2011 32 31 13 - 3 CHAIN LINK FENCES AND GATES Page 3 of b 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SO c .i� e. a) No. 9 gauge b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged Residential: match existing or both top and bottom selvages knuckled (2) Furnish one-piece fabric widths. 2) Fabxic Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per square foot of surface. Aluminum Fabric 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch rnesh, with both top and bottom selvages twisted and barged. d) Funiish one-piece fabric widths. Steel Framing 1) Steel pipe - Type I: a) ASTM F 1083 b) standard weight schedule 40 c) minimum yield strength: 30,000 psi d) sizes as indicated e) hot-dipped galvanized with minimum average 1.8 oz/ftZ of coated surface area. 2) Steel pipe - Type II: a) ASTM F 1043, Group IC b) Minimum yield strength: 50,000 psi c) Sizes as indicated on plans d) Protective coating per ASTM F 1043 (1) External coating Type B (a) zinc with organic overcoat (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and veriiiable polymer film. (2) Internal coating Type B (a) minimum 0.9 oz/ftz zine or Type D, zinc pigmented, 81% nominal coating, minimum 3 mils 3) Formed steel ("C") sections: a) Roll formed steel shapes complying with ASTM F 1043, Group II b) Minimum yield strength: 45,000 psi (310 MPa) c) Sizes as indicated on plans d) External coating per ASTM F 1043, Type A (1) miiumum average 2.0 oz/f�2 of zinc per ASTM A 123 = 4) Steel square sections a) ASTM A 500, Grade B b) Minimum yield strength: 40,000 psi e) Sizes as indieated on plans d) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated surface area. Accessories 1) Chain link fence accessories a) ASTM F 626 b) Provide items required to complete fence system, c) Galvanize each ferrous metal item and finish to match framing. 2) Post caps CITX OF FORT WORTH 2O08 C1P Contract SA Ch�istine Avenue, Clu•istine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July i, 2011 32 31 13 - 4 CHA1N LINK FENCES AND GATES Page 4 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 rs 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 a) Formed steel or cast malleable iron weather tight closure cap for tubular posts. b) Provide one cap for each post. c) Cap to have provision for barbed wire when necessazy. d) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. e) Where top rail is used, provide tops to pei�it passage of top rail. 3) Top rail and rail ends a) 1 5/8 inch diameter galvanized round pipe for horizontal railing. b) Pressed steel per ASTM F626 c) for counection of rail and brace to terminal posts. 4) Top rail sleeves a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 1.80 inch length spring, allowing for expansion and contraction of top rail. 5) Wire ties a) 9 gauge galvanized steel wire for attachment of fabric to line posts. b) Double wrap 13 gauge for rails and braces. c) Hog ring ties of 12-1/2 gauge for attachment 6) Brace and tension (stretcher bar) bands a) Pressed steel b) Minimum 300 degree profile curvature for secure fence post attachment. c) At square post provide tension bar clips. 7) Tension (stretcher) bars: a) One piece lengths equal to 2 inches less than full height of fabric b) Minimum cross-section of 3/16 inch x 3/4 inch. c) Provide tension (stretcher) bars where chain link fabric meets terminal posts. 8) Tension wire a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire b) tensile strength: 75,000 psi 9) Truss rods & tightener a) Steel rods with minimum diameter of 5/16 inch b) Capable of withstanding a tension of minimum 2,000 lbs. 10) Nuts and bolts are galvanized 2. Wrought Iron Fence: specified per plan. 3. Steel Tube Fence: specified per plan. 4. Setting Materials a. Concrete: 1) Minimum 28 day conipressive strength of 3,000 psi 2) Bagged Concrete allowed. b. Drive Anchors 1) Galvanized angles 2) ASTM A 36 steel 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. CITY OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIPtCAT10N DOCIJMENTS City Project No. 01265 Revised Juty l, 2011 32 31 13 - 5 CHAIN LINK FENCES AND GATES Page 5 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURC� QUALITY CONTROL [NOT US�D) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 PART 3 - EX�CUTION 3.1 INSTALLERS [NOT USED] 3.2 �XAMINATION A. Verification of Conditions 1. Verify areas to receive fencing are completed to final grades and elevations. 2. Ensure property lines and ]egal boundaries of work are clearly established 3.3 PR�PAl2ATION [NOT USED] 3.4 INSTALLATION A. Chain Link Fence Framing 1. Locate terminal post at each fence tei�nination and change in horizontal or vertical direction of 30 degrees or more. 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in fii7n, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy Iateral loads. e. Place concrete around posts in a continuous pour. Trowel iinish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. 5. Bracing a. Install horizoutal pipe brace at mid-height for fences 6 feet and taller, on each side of terminal posts. b. Firmly attach with fittings. c. Install diagonal truss rods at these points. d. Adjust tt�uss rod, ensuring posts remain plumb. 6. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not speciiied. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 7. Top rail a. Install lengths, 21 feet. b. Connect joints with sleeves for rigid connections for expansion/contraction. 8. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with iittings and accessories. 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. B. Chain Link Fabric Installation 1. Fabric CITY OF FORT WORTH 2O08 C1P Contract SA Chdstine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Pibject No. 01265 Revised July l, 2011 32 31 13 - 6 CHAIN LINK FENCES AND GATES Page 6 of 6 1 a. Install fabric on security side and attach so that fabric remains in tension after 2 pulling force is released. 3 b. Leave approximately 2 inches between iinish grade and bottom selvage. 4 c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, 5 braces, and tension wire at 24 inches on center, 6 2. Tension (stretcher) bars 7 a. Pull fabric taut. 8 b. Thread tension bar through fabric and attach to terminal posts with bands or 9 clips spaced maximum of 15 inches on center. 10 3. Accessories 11 a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. 12 b. Fasteners: Install mits on side of fence opposite fabric sida for added security. 13 c. Slats; Install slats in accordance with manufacturer's instructions. 14 C. Wrought Iron Installation: install per plan. 15 D. Steel Tube Fence: install per plan. 16 3.5 [REPATR]/[RESTORATION] [NOT US�D] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 I+I�LD QUALITY CONTROL [NOT USED] 19 3.8 SYST�M STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANTNG [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT US�D] 25 3.14 ATTAC�IM�NTS [NOT US�D] � 27 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn 3treet STANDARD CONSTRUCTION SPECCFTCATION DOCUMENTS City Project No. 01265 Revised Juiy 1, 2011 323129-1 WOOD FENCES AND GATES Page 1 of 4 1 2 3 PART 1 - GEN�I2AI. 4 1.1 SUMMARY S�CTION 32 31 29 WOOD FENCES AND GATES 5 A. Section Includes 6 1. Construction of wood fences and gates along boundaries, property lines in 7 accordance with the City's Zonirlg Ordinance. 8 B. Deviations from City of Fort Worth Standai•ds 9 1. None 10 C. Related Speciiication Sections include but are not necessarily limited to 11 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 12 Contract. 13 2. Division 1- General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDUI2ES 15 16 17 18 19 ao 21 22 23 24 25 1.3 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Measurement and Payment 1. Measurement a. Wood Fence: nieasure by the linear foot of wood fence by height, including gates. 2. Payment a. Wood Ferice: contract unit price per linear foot for construction of wood fence and gates including full compensation for: 1) furnishing all materials for fence and gates; 2) all preparation, erection and installation of materials; 3) all labor, equipment, tools, and incidentals necessary to complete the work. �r��cNc�s A. Reference Standards l. Reference standards cited in this specification refer to the current reference standard published at the time of the latest xevision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products b. A 500, Standard Speciiication for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Sl�apes c. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework d. F 10$3, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clvistine Court & Quinn Street 3TANDARD CONSTRUCTION SPECIFICATION DOCIIMENTS City Project No. 01265 Revised July 1, 2011 32 31 29 - 2 WOOD FENCES AND GATES Page 2 of A 1 1.4 ADMINISTRATIVE REQUII2EM�NTS [NOT USED] 2 1.5 SIJBMITTALS 3 A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of 4 components, accessories and post foundations. 5 B. Product data: Manufacturer's catalog cuts indicating material compliance and specified 6 options. 7 C. Building Permit: All fences over 6 feet. 8 1.6 ACTTON SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT US�D] l0 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT US�D] 11 1.9 QUALITY ASSURANC� [NOT USED] 12 1.10 DELIV�RY, STORAGE, AND T-IliNDLING [NOT USED) 13 1.11 TIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT US�D] 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 PART 2 - PRODUCTS 2.1 OWNER-I+'URNISHED PRODUCTS [NOT USED] 2.2 MAT�RIALS A. General a. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or equal. b. Post tops may be of aluminum. B. Slats: Redwood or cedar fi•ee from all major decay or defects which would weaken or otherwise cause them to be unsuitable for fence slats. C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match existing. D. Corner, Gate, End, or Line Posts: 1. Wood Posts: a. Minimum size: 4-inch x 4-inch cedar wood post or match existing. b. Free from all decay, splits, multiple cracks, or any other defect which would weaken the posts or otherwise cause them to be structurally unsuitable for the purpose intended. 2. Steel Posts a. Steel pipe - Type I: 1) ASTM F 1083 2) standard weight schedule 40 3) minimum yield strength: 30,000 psi 4) sizes as indicated on plans 5) Hot-dipped galvanized with minimum average 1.8 oz/ftz of coated surface area. b. Steel pipe - Type II: 1) ASTM F 1043, Group IC 2) Minimum yield strength: 50,000 psi CITY OP FORT WORTH 2O08 CIP Cont��act SA Christine Avenue, Christine Couri & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01265 Revised July 1, 2011 32 31 29 - 3 WOOD FENCES AND GATES Page 3 of 4 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 2.3 3) sizes as indicated on plans 4) Protective coating per ASTM F 1043 S) External coating Type B a) zinc with organic overcoat b) 0,9 oz/ft2 minimum zinc coating with chromate conversion coating and vei-ifiable polymer film. 6) Internal coating Type B a) minimum 0.9 oz/ftz zinc or Type D, zinc pigmented, 81% nominal coating, minimum 3 mils c. Formed steel ("C") sections: 1) Roll formed steel shapes complying with ASTM F 1043, Group II 2) Minimum yield strength: 45,000 psi (310 MPa) 3) sizes as indicated on plans 4) External coating per ASTM F 1043, Type A a) minimum average 2.0 oz/ft2 of zinc per ASTM A 123 d. Steel square sections 1) ASTM A 500, Grade B 2) Minimuin yield strengtl�: 40,000 psi 3) Sizes as indicated 4) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated surface area. 3. Accessories a. Post caps 1) Formed steel or cast malleable iron weather tight closure cap for tubular posts. 2) Provide one cap for each post. ` 3) Cap to have provision for barbed wire when necessaiy. 4) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. 5) Where top rail is used, provide tops to permit passage of top rail. 4. Setting Materials a, Concrete: Minimum 28 day compressive strength of 3,000 psi 1) Minimum 28 day compressive strength of 3,000 psi 2) Bagged Concrete allowed. ACC�SSORIES [NOT USED] 35 2.4 SOUR.CE QUALITY CONTROL [NOT USED] 36 PART 3 - EXECUTION 37 3.1 INST.ALLERS [NOT US�D] 38 3.2 EXAMINATION 39 A. Veriiication of Conditions 40 1. Verify areas to receive fencing are completed to final grades and elevations. 41 2. Ensure property lines and legal boundaries of work are clearly established 42 3.3 PR�PARATION [NOT US�D] 43 3.4 INSTA.LLATION 44 A. Wood Fence Framing CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 201 I 32 31 29 - 4 WOOD FENCES AND GATES Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 3.5 1. Steel Posts are required for all required screenin� fences. 2. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 3. Space line posts ttnifornlly at 10 feet on center. 4. Set all posts in concrete a. Drill holes in iirm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post (minimum 12 inches). c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. £ Trowel finish around post. Slope to direct water away from posts. 5. Check each post for vertical and top alignment, and maintain in position during placement and iinishing operations. B, Slats 1. Place slats approximately one inch above the ground, and on a straight grade between posts by excavating high points of the ground. 2. Fasten slats to top and bottom railings with two galvanized screws designed for wood fence construction at both the top and bottom rail. [REPAIR]/[RESTORATION] [NOT USED] 22 3.6 RE-INSTALLATION [NOT US�D] 23 3.7 FIELD QUALITY CONTROL [NOT US�D] 24 3.8 SYST�M STARTUP [NOT USED] 25 26 27 28 29 30 31 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USETI] 3.13 MAINT�NANCE [NOT USED) 3.14 ATTACHM�NTS [NOT US�D] Revision Log DATE NAME SUMMARY OF CHANGE 32 CITY OP FORT WORTH 2O08 C1P Contract SA Christine Avenue, Chzistine Court & Quinn Sd�eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 32 32 13 - I CAST-IN-PLACE CONCRETE RETAINING WALLS Page 1 of 5 1 2 SECTION 32 32 13 CAST-IN-PLACE CONCRETE RETAINING WALLS 3 PART 1 - GEN�RAT, 4 l.l SIJMMARY 5 A. Section Includes 6 1. Construction of cast-in-place concrete retaining wall (4' maxunum height) of the 7 size and shape detailed on the plans and at the location shown on the plans 8 2. Construction of TxDOT standard cast-in-place, spread foot concrete retaining wall 9 of the size and shape detailed on the plans and at the location shown on the plans 10 B. Deviations from City of Fort Worth Standards 11 1. None 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 1.2 31 32 33 34 35 36 37 38 39 40 41 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 31 23 16 - Excavation 5. Section 31 23 23 - Fill 6. Section 31 24 00 - Embankments 7. Section 32 13 20 - Concrete Sidewalks, Driveways And Barrier �ree Ramps 8. Section 33 46 00 - Subdrainage D. Standard Details 1. TxDOT Standard — Spread Footing Walls a. RW 1(L) A— Low Footing Pressure, Design A Retaining Walls b. RW 1(L) B— Low Footing Pressure, Design B Retaining Walls c. RW 1(L) C— Low Footing Pressure, Design C Retaining Walls d. RW 1(H) A— High Footing Pressure, Design A Retaining Walls e. RW 1(H) B— High Footing Pressure, Design B Retaining Walls f. RW 1(H) C— High Footing Pressure, Design C Retaining Walls g. RW 2— Retaining Wall Miscellaneous Details PRIC� AND PAYMENT PROC�DUI2ES A. Measurement and Payment l. Measurement a. Concrete Retaining Wall with Sidewalk 1) Retaining wall: measured by the square foot of the front surface area of the wall. 2) Sidewalk constructed adjacent to wall: See Section 32 13 20. b. TxDOT Standard — Spread Footing Walls 1) Measured by the square foot of the front surface area of the wall. 2) Unless otherwise shown on the plans, measure area from finished ground line on the face of the exterior wall to the top of the wall including any coping required (not including railing). CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPEC(FICATION DOCUMENTS City Project No. 01265 Revised July 1, 20ll 323213-2 CAST-IN-PLACE CONCREI'E RETA]NING WALLS Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 2. Payment a. Based on the worlc performed and all materials furnished for cast-in-place concrete retaining walls of the type or special surface �ilish specified. b. Subsidiaiy work and materials include: 1) excavation in back of retaining walls 2) furnishing aud placing footings, leveling pads and copings. 3) furnishing, placing, and compacting backfill (except in embai�nent areas). 4) fiirnishing and placing concrete, reinforcing steel, waterprooiing material, iilter material and drain pipe, joint material, water stop, and filter fabric when required 5) fabricating, curing, and finishing wall including special coatings when specified. 6) equipment, labor, tools, and incidentals. 14 1.3 REFERENCES 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Definitions 1. Permanent Wall. Retaining wall with a design service life of 75 years. All walls are presumed to be permanent walls unless otherwise specifed in the plans B. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 1. ASTM International (ASTM): a. D4491, Standard Test Methods for Water Permeability of Geotextiles by Pennittivity b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles c. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles d. D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile 2. Texas Department of Transportation (TXDOT), Standard Specifications for Construction and Maintenance of Highways and Bridges: a. 110, Excavation b. 132, Embankment c. 400, Excavation and Backfill for Structures d. 420, Concrete Structures e. 421, Hydraulic Cement Concrete £ 423, Retaining Walls �. 440, Reinforcing Steel h. 445, Galvanizing i. 458, Waterproofing Membranes for Structures j. 556, Pipe Underdrains � 3. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: a. Tex-616-J, Construction Fabrics 43 1.4 ADMINTSTRATIVE REQUIREMENTS [NOT USED] 44 1.5 SUBMITTALS 45 A. See Section 03 30 00. CITY OF FORT WORTH 2O08 CTP Contixct SA Christine Avenue, Cht•istine Comt & Quinn Street STANDARD CONSTRUCTION SPECIrICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 323213 -3 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 3 of 5 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 1.6 ACTION SUBMITTALS [NOT USED] 1.'7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 1.9 QUALITY A5SU12ANCE A. See Section 03 30 00. 1.10 DELIVERY, STORA,GE, AND HANDLING A. See Section 03 30 00. 1.11 SITE CONDITIONS A. Ambient Conditions: See Section 03 30 00. 1.12 WARI2ANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Concrete and Reinforcing Steel 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00. 2. TxDOT Standard — Spread Footing Walls a. 420, Concrete Structures. b. 421, Hydraulic Cement Concrete. c. 440, Reinforcing Steel. d. 445, Galvanizing. e. 458, Waterproofing Membranes for Structures. B. Backfill 1. Concrete Retaining Wall with Sidewalk a. Section 31 23 23. 2. TxDOT Standard — Spread Footing Walls a. 132, Embankments. C. Underdrains l. Concrete Retaining Wall with Sidewalk a. Section 33 46 00. 2. TxDOT Standard — Spread Footing Walls a. 556, Pipe Underdrains. D. Filter Fabric 1. General a. Provide standard weight fabric for retaining walls and soil separation. b. Provide filter fabric rated as UV-resistant when used as part of the exposed facing for a temporary wall. c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- woven geotextile fabric, and forms a mat of uniform quality. d. Fabric fibers are continuous and random tl�roughoui the fabric. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 32 13 - 4 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 4 of 5 1 e. The fabric is mildew resistant and rot-proof, and it is satisfactory for use in a 2 wet soil and aggregate enviroimlent. 3 2. Physical Requiremeuts: The fabric must conform to the requirements listed in Table 4 1 when tested in accordance with the test methods specified. 5 6 Table 1 7 Filter• rabric Requirements 8 Ph sical Pro erties Test Method Value Fabric Weight, on an ambient Tex-616-J 4 oz/yard temperature air-dried, tension free sample Pernlittivity, l/sec ASTM D4491 1.0, min Tensile Stren th lbs ASTM D4632 1001bs Ap arent O ening Size ASTM D4751 70-100 Elongation at yield, ercent ASTM D4632 20-100 Trapezoidal Tear, lbs ASTM D4533 35 lbs 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURC� QUALITY CONTROL [NOT US�D) 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 P1�PA22ATION [NOT US�D] 15 3.4 INSTALLATION 16 A. Construct retaining walls in accordance with details shown on the plans, on the 1'7 approved working drawings, and to the pertinent requirements of the following 18 Sections: 19 1. Concrete Retaining Wall with Sidewalk 20 a. Section 03 30 00. 21 b. Section 31 23 16. 22 c. Section 31 23 23. 23 d. Section 31 24 00. 24 e. Section 33 46 00. 25 2. TxDOT Standard — Spread Footing Walls 26 a. 110, Excavation. 27 b. 132, Embankment. 28 c. 400, Excavation and Backfill for Structures. 29 d. 423, Retaining Walls 30 e. 420, Concrete Structures. 31 f. 458, Water proofing Membranes for Structures. 32 g. 556, Pipe Underdrains. 33 3.5 REPAIR 34 A. See Section 03 30 00. CiTY OF FORT WORTH 2O08 CTP Contixct SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 20ll 32 32 13 - 5 CAST-IN-PLACE CONCRETE RE1'AINING WALLS Page 5 of 5 1 3.G RE-INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. See Section 03 30 00. 4 3.8 SYST�M S'�ARTUP [NOT US�D] S 3.9 ADJUSTING [NOT US�D] 6 3.10 CL�ANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHM�NTS [NOT USED] 11 END OI+ SECTION 12 13 Revision Lo� DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 CIP Contract SA Chdstine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 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 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 SECTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS PART 1 - G�NEI2AI. 1.1 SITIVIMAItY A. Section Includes 1. Furnish and place topsoil to the depths and on the areas shown oi� 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 Farms, and Conditions of the Contract. 2. Division 1- General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES 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 furnishing 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 OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cowt & Quinn 3treet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 91 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.3 RErERENCES [NOT USED] 2 1.4 ADMTNISTRATIVE R�QUII2�MENTS [NOT US�D] 3 1.5 ACTION SUBMITTALS 4 1.6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT USED) 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINT�N.ANC� MATERIAL SUBMITTALS [NOT US�D] 7 1.9 QUALITY ASSUI2ANCE [NOT USED] 8 L10 D�LIV�RY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELll [SITE] CONDITIONS (NOT USED] 10 1.12 WARR�INTY [NOT US�D] i l PART 2- PRODUCTS 12 2.1 OWN�R-FITRNISHLD [oR] OWNER-SUPPLI�DPRODUCTS [NOT USED] 13 2.2 MAT�RTALS 14 A. Topsoil 15 1, Use easily cultivated, fertile topsoil that: 16 a. is free from objectionable material including subsoil, weeds, clay lumps, non- 17 soil materials, roots, stumps or stones larger than 1,5 inches 18 b. l�as a high resistance to erosion, and 19 c. is able to support plant growth. 20 2. Secure topsoil from approved sources. 21 3. Topsoil is subject to testing by the City. 22 4. pH: 5.5 to 8.5. 23 5. Liquid Limit: 50 or less. 24 6. Plasticity Index: 20 or less, 25 7. Gradation: maximum of 10 percent passing No. 200 sieve. 26 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 27 of vegetation. 28 2.3 ACC�SSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT US�D] 33 3.3 PREPAI2ATION [NOT USED] 34 3.4 INSTALLATION 35 A. Finishing of Parkways. 36 l. Smoothly shape parkways, shoulders, slopes, and ditches. CITY QF FORT WORTH 2O08 CIP Conh�act SA Christine A venue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 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 �i�;, 31 32 329119-3 TOPSOIL PLACEMENT AND FINISHING OF PARICWAYS Page 3 of 3 2. Cut parkways to finish grade prior to the placing of any improvements in or adj acent to the roadway. 3. In the event that unsuitable material for parkways is encountered, extend the depth of excavatioil in the parkways six inches and backfill with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. a. Minimum: 1/4 inch per foot. b. Maximum:4:l. c. City may approve variations from these requirements in special cases. 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. 6. The design grade fi•om the parkway extends to the back of the walk line. 7. 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 specified. 2. Place and sl�ape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork 4. Tamp the topsoil with a light roller or other suitable equipment. 3.5 [REPAIR]/[I2ESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT US�D] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT US�D] 3.9 A.DJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOS�OUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SLCTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Cl�ristuie Court & Quitm Steeet 5TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 92 13 - 1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 7 1 2 SECTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING 3 PART 1 - G�NEI2AI, 4 1.1 SiTMMARY 5 A. Section Includes 6 1. Furnishing and installing grass sod and permanent seeding as shown on plans, or as 7 directed. 8 9 10 11 12 13 B. Deviations from City of Fort Worth Standards 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. 14 1.2 PRICE AND PAYMENT PROCEDUI2ES 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 1.3 A. Measuxement and Payment 1. Measurement a. Block Sod Placement: zneasure by the square yard. b. Seeding: measure by the square yard by the installation method. c. Mowing: measure by each. 2. Payment a. Block Sod Placement: contract unit price and total compensation for furnishing and placing all sod, rolling and tamping, watering (until established), disposal of all surplus materials, and material, labor, equipment, tools and incidentals necessary to complete the work. b. Seeding: contract unit price and total compensation for furnishing all materials including water for seed-fertilizer, slurry and hydraulic mulching, water and mowing (until established), fertilizer, and material, labor, equipment, tools and incidentals necessary to complete the work. c. Mowing: contract unit price and total compensation for material, labor, equipment, tools and incidentals necessary to complete the work. I2EFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIItEMENTS (NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS 35 36 37 38 39 40 A. Seed l. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS). b. Name and type of seed. 2. All seed shall be tested in a laboratory with certiiied results presented to the City in writing, prior to planting. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Chcistine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 329213-2 H1'DROMULCHING, SEEDING AND SODDING Page 2 of 7 1 3. All seed to be of the previous season's crop and the date on the container shall be 2 within twelve months of the seeding date. 3 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 4 1.8 MAINT�NANC� MATERIAL SUBMTTTALS [NOT USED] 5 1.9 QUALITY ASSLJRANCE [NOT US�D] 6 1.10 DELIV�RY, STORAG�, AND IIANDLING 7 A. Block Sod 8 1, Protect from exposure to wind, sun and fi•eezing. 9 2. Keep stacked sod moist. 10 B. Seed 11 L If using native grass or wildflower seed, seed must have been harvested within one 12 hundred (100) miles of the construction site. 13 2. Each species of seed shall be supplied in a separate, labeled container for 14 acceptance by the City. 15 16 1'7 18 19 C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2, Conform to Texas fertilizer law. l.11 TI�LD [SIT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS [NOT USED] 21 2.1 OWNER-rURNISHED PRODUCTS [NOT US�D] 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2.2 MAT�RTALS AND �QUIPMENT A. Materials 1. Block Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass), 2) "Cynodon dactylon" (Common Bermudagrass), 3) "Buchloe dactyloides" (Buffalograss), 4) an approved hybrid of Common Bermudagrass, 5) or an approved Zoysiagrass. b. Sod must contain stolons, leaf blades, rhizomes and roots, c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sod thickness: 3/4 inch e. Maximum grass height: 2 inches £ Acceptable growing beds: 1) St. Augustine grass sod: clay or clay loam topsoil. 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils. g. Dimensions. 1) Machine cut to uniForm soil thickness. CITY OF FORT WORTH 2O08 CTP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 329213 -3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 7 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x[(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of diffieulties 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 Gerniination PLS/Acre �percent) (percent) ' 25 Bermuda (unhulled) cyraodon clactylon 85 90 75 Bermuda (hulled) eynodon dactylon 95 90 24 25 26 2) Plant between September 10 and April 15 Lbs. Common Name Botanieal Name Purity Gennination PLS/Acre (percent) (percent) 220 Rye Grass loliuna rnultzflorum g5 90 75 Bermuda (unhulled) cynodon daetylora 95 90 2'� 28 29 30 c. Native Grass Seed 1) Plant between February 1 and October 1. Common Name Green Spz�angletop Sideoats Grama* Little Bluestem* Buffalograss Indiai� Grass* Sand Lovegrass* Big Bluestem Eastern Grama Blue Grama Switchgrass Prairie Wildrye* Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium 13uchloe dacryloides ,Sorghastrum nutans Eragrostis tricltodes Andropogon gerardii Tripscacum dactyloides I3ortteloua gracilis Panicum virgaturn Elymus canadensis 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 31 CITY OF FORT WORTH 2O08 CIP Cont�act SA Cliristine Aveime, Christine Court & Quinn SG•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENT5 City Project No. 01265 Revised July 1, 2011 32.92 13 - 4 HYDRO1v1ULCHING, SEEDING AND SODDING Page 4 of 7 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 5. 6. �� d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 Lbs. PLS/Acre Common Name Botanical Nnme 3.0 Bush Sunflower Si»sia calva 5.0 Butterfly Weed Asclepias tirberosa 2.0 Clasping Coneflower* Rtrclbeckia amplexicairlis 3.0 Golden - Wave Coreopsis basalis 13,4 Illinois Bundleflower Desmanthars illinoensis 13.6 Parh•idge Pea Cassia fasciculata 2.0 Prairie Verbena I�erbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe rnvolcrata 2.0 Black-eyed Susan Rudbecicin hirta 18.0 Cutle�f Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azu�•ea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parlcing lot or within three feet of a wallcway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood ar 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, £ Form a strong moisture retaining mat. 4. Fertilizer a. acceptable condition for distribution b. applied uniformly over the planted area. c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding. 2) Newly established seeding areas - 100 pounds of nitrogen per acre. 3) Established seeding areas - 150 pounds of nitrogen per acre. Topsoil: See Section 32 91 19. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. Soil Retention Blanket a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Ofiice Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. CITY OF FORT WORTH 2O08 CIP Contract SA ChrisNne Aveuue, C}�ristine CouM & Quinn Sti•eet STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 329213-5 HYDROMULCHING, SEEDING AND SODDWG Page 5 of 7 1 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3- EXECUTI�N [NOT US�D] 5 31 INSTALLERS [NOT US�D] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Surface Preparation: clear surface of all material including: 9 1. Stumps, stones, and other objects larger than one inch. 10 2. Roots, brush, wire, stakes, etc. 11 3. Any objects that may interfere with seeding or maintenance. 12 B. Tilling 13 1. Compacted areas: till one inch deep. 14 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 15 seed/water run-off. 16 3. Areas near trees: Do not till deeper than one half inch inside "drip line" of trees. 17 3.4 INSTALLATION 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 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 izrst 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 iirm earth in areas that may slide due to the height or slope of the surface or nature of the soil. 3. Watering and Finishing a. Furnish water as an ancillary cost to CONTRACTOR by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as deiined in 3.13.B. b. Thoroughly water sod immediately after planted. c. Water until established. CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue; Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION AOCUMENTS City Project No. 01265 Revised July 1, 201 I 329213 -6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Generally, an amount of water• that is equal to the average amount of rainfall plus one half inch per week should be applied tmtil accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding l. General a. Seed only those areas indicated on tlie plans and areas disturbed by constntction. b. Mark each area to be seeded in the field prior to seeding for City approval. 2. Broadcast Seeding a. Broadcast seed in two directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For 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. Unifornlly distribute seed over the areas shown on the plans or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. £ Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is unifonnly suspended to form a homogenous slurry. 2) Mixture forms a blotter-like ground cover irnpregnated uniformly with grass seed, 3) Mixture is applied within thirty (30) minutes after placed in the equipment. b. Placing 1) Unifonnly distribute in the quantity speciiied 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 necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch per week should be applied until accepted. CTTY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court Rc Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 7 1 2 3 4 S 6 7 8 9 10 I1 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 3.5 [ItEPAIR]/[I2ESTORATION] [NOT US�D] 3.6 It�-INSTALLATION [NOT USED] 3.7 I�'IELD QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOS�OUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANC� 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 finally accepted until tl�e sod has started to peg down (roots growing into the soil) and is free froul dead blocks of sod. B. Seeding l. Water and mow sod until completion and iulal acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed. b. Vegetation is free from bare areas. 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of three inches with one mow cycle performed by the CONTRACTOR prior to consideration of acceptance by the City. C. Rejection l. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log. DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cify Project No. 01265 Revised July 1, 201 I 32 93 43 - 1 "i'REES AND SHRUBS Page 1 of 8 1 2 3 PART 1- G�NEl2AI� 4 l.l SUMMARY 5 6 7 8 9 10 11 12 13 14 SECTION 32 93 43 TRE�S AND SHRUBS A. Section Includes l. Tree and sluub planting and maintenance within street right-of-way and easements. B. Deviations from City of Fort Worth Standards l. None C. Related Speciiication Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Fonns, 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 15 1.2 PRIC� AND PAYMENT PROCEDIJRES 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 A. Measurement and Payment l. 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. Reinove 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 backiilling, 4) excavation 5) fertilization, 6) water 7) removing and disposing of surplus material, and 8) all equipment, labor, tools and incidentals to complete the work. b. Remove Tree: contract 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 OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 93 43 - 2 TREES AND SHRUBS Page 2 of 8 1 3) Maintaining tree until construction is complete, 2 4) Replanting same tree bacic to its original or other location, 3 5) Grading and backfilling, 4 6) Excavation, 5 7) Fertilization, 6 8) Water, 7 9) Removing and disposing of surplus material, and 8 10) All equipment, labor, tools, and incidentals to complete the work. 9 1.3 R�FEI2�NC�S 10 A. Reference Standards 11 1. Reference standards cited in this speciiication refer to the current reference standard 12 published at the time of the latest revision date logged at the end of this 13 specification, unless a date is specifically cited. 14 2. American National Standards Institute (ANSI): 15 a. ANSI Z60.1, American Standard for Nursery Stock 16 3. Hortus Third, The Staff of the L,H. Bailey Hortorium. 1976. MaeMillan Publishing 17 Co., New York. I8 1.4 ADMINISTRA.TIV� R�QUIREMENTS [NOT US�D� 19 1.5 ACTION SUBMITTALS [NOT USED] 20 1.6 INrORMA1'IONAL SUBMITTALS 21 A. Tree data: Subinit certification from supplier that each type of tree conforms to 22 speeification requirements. 23 1.7 CLOSEOUT SUI3MITTALS [NOT USED] 24 1.8 MAINT�NANC� MAT�RIAL SUIiMITTALS [NOT USED] 25 1.9 QUALITY ASSURANC� 26 A. Coordination: 27 1. Coordinate with City Forester prior to beginning construction activities adjacent to 28 or that will impaet existing trees and slu-ubs. 29 B. Qualiiications 30 1. Landscaper specialized in landscape and planting worlc. 31 C. Substitutions 32 1. Not permitted unless approved by City when specifed planting material is not 33 obtainable 34 a. Submit proof of non-availability together with proposal for use of equivalent 35 material. 36 b. Substitutions of larger size or better�grade than specified will be allowed upon 37 approval by City Forester, Uut with no increase in unit priee. 38 1.10 DELIV�RY, STORAGE, AND HANDLING 39 A. Do not remove container grown stock from containers before time of planting. 40 B. Delivery and Acceptance Requirements 41 1. Ship trees with Certificates of Inspection as required by governing authorities, CTTY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clu•istine Couit & Quinn Street STANDARD CONSTRUCTIQN SPECIFICATION DOCIJMENTS City Project No. 01265 Revised Jtily 1, 2011 32 93 43 - 3 TREES AND SHRUBS Page 3 of 8 1 2. Label each tree and shnib with securely attached waterproof tag bearing legible 2 designation of botanical and common name. 3 3. Use protective covering during delivery. 4 4. Deliver packaged matez7als in fully labeled original containers showing weight, 5 analysis and name of manufacturer. 6 C. Storage and Handling Requirements � 1. Protect materials from detei•ioration during deliveiy, and while stored at Site. 8 2. Do not prune prior to installation. 9 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark, break 10 branches, or destroy natural shape. 11 12 13 l.11 FI�LD CONDITIONS [NOT USED] 1.12 w�iiz�.lvTY A. Warranty Period: 12 months after joU acceptauce. 14 B. Warrant trees against defects including: 15 1. Death. 16 2. Unsatisfactory growth. 17 3. Loss of shape due to improper pruning, maintenance, or weather conditions. 18 C. Plumb leaning trees during warranty period. 19 D. Remove and replace trees found to be dead during warranty period. 20 E. Remove and replace trees which are in doubtful condition at end of warranty period, or 21 when approved by City, extend warranty period for trees for full growing season. 22 PART 2 - PRODUCTS 23 2.1 OWNER-FURNISHED PRODUCTS [NOT US�D] 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2.2 MATERIALS l. 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 deiined in Horti�s Thir•d. c. All plants are to be grown and haivested in accordance with the America�z Standard for Nitrsery Stocic. 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 docuniented 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 nursery for all deciduous trees grown in the iield 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 2O08 CIP Contract SA Christine Avenue, Cluistine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 329343 -4 TREES AND SHRUBS Page 4 of 8 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 3S 36 37 0 c � e f. g• Crown shall be in good overall proportion to entire height of tree with branching configuration as reconuneuded by ANSI Z60.1 for type and species speciiied. Trees designated as balled and burlapped (B&B) shall be properly dug with firm, natural balls of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the American Standarc� for Na�rsery Stock. Balls shall be fit-�nly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsynthetic, rottaUle twine. The root collar shall be apparent at surface of ball. Trees with loose, broken, processed, or manufactured root balls will not be accepted, except with special written approval before planting. Where clump is specified, furnish plant having minimum of three stems originating from coinmon base at ground line. Measure trees by average caliper of tilYnk as follows: 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunks more than 4 inches, measure caliper 12 inches above top of root ball. 3) Caliper measurements a) By diameter tape measure. b) Indicated calipers on 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 nursery. 4) Free of a) Disease b) Insects c) Eggs d) Larvae e) Defects such as (1) Knots (2) Sun-scald (3) Injuries (4) Abrasions (5) Disiigurement (6) Borers and infestations 38 39 40 41 42 43 44 45 46 47 48 49 �� 3. Soil Products a, Topsoil: See 32 91.19. b. Peat moss, mulch and fertilizer: Use material recommended by City Forester for establishment of healtlry stock after replanting. Stakes and Guys a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. b. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. Tree Wrap, Twine and Seal a. Wrap: CITY OF FORT WORTH ' 2008 CIP Contract SA Christine Avenue, Christine Court & Quimi Street STANDARD CONSTRUCTION SPECTFICATION DOCtTMENTS City Pinject No. 01265 Revised July 1, 201 ] 32 93 43 - 5 TREES AND SHRUBS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 1) First quality. 2) Bituminous impregnated tape. 3) Coirugated or crepe paper, specifically inanufactured for tree wrapping and having qualities to resist insect infestation. b. Twine: 1) Lightly tarred, medium-coarse sisal (lath) yarn. 2) Do noi use nails or staples to fasten wrapping. c. Seal: Conunerciaily available tree wound dressing specifically produced for use in sealing tree cuts and wounds. 6. Water: clean and free of industrial wastes or other substances harmful to the growth of the tree. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL 14 A. Notify City, prior to installation, of location where trees that have been selected for 15 planting may be inspected. 16 17 18 19 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. PA.RT 3 - EXECUTION (NOT USED] 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION (NOT US�D] 22 3.3 PREPARATION 23 24 25 26 27 28 29 30 31 32 33 34 ' 35 36 37 38 39 40 41 A. General 1. Schedule work so that planting can proceed rapidly as portions of site become available. 2. Plant txees after final grades are established and prior to seeding or sodding. 3. When planting of trees occurs after seeding work, protect seeded areas and promptly repair damage to seeded areas resulting from tree planting operations in compliance with requuements of Section 32 92 13. 4. Layout individual trees at locations shown on plans. 5. In case of conflicts, notify City before proceedirig 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 maierials hannful or toxic to plant growth, 2. Strip and utilize 4 inch layer of top soil from existing ground. 3. Delay mixing of fertilizer when planting will not follow placing of planting soil within 48 hours. 4. Incorporate amendments into soil as part of soil preparation process prior to fine grading, fertilizing, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. C1TY OF' FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION 3PECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 32 93 43 - 6 TREES AND SHRUBS Page 6 of 8 1 6. Tharoughly incorporate amendments into top 3 or 4 inches of soil until 2 amendments are pulverized and have become homogeneous layer of topsoil ready 3 for planting. 4 3.4 INSTALLATION 5 6 7 � 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 A. Planting 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 1. E�cavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. Provide following minimum widths: a. 15 gallon containers or larger, 2 feet wider than diameter of root ball. b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball. When conditions detrimental to plant growth are encountered, such as unsatisfactoiy soil, obstntctions, or adverse drainage conditions, notify City before planting. Deliver trees after preparations for planting have been completed and plant immediately, When planting is delayed more than 6 hours after delivezy a. Set trees and slu�ubs in shade. b. Protect from weather and mechanical damage. c. Keep roots moist by covering with mulch, burlap, or other acceptable means of retaining rnoisture, and water as needed. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of suf�cient 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 from the containerized plant material. Pull roots out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away fi•om the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. Cut ropes or strings from the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baskets from around top half of balls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. Set root ball on undisturbed soil in center of pit or trench and plumb plant. Place plants at level that, after settlement, natural relationship of plant crown with ground surface will be established. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. 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 bacic�ll to allow for mulching. 15. Mulch pits, trenches and planted areas. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01265 Revised July 1, 2011 32 )3 43 - 7 TREES AND SHRUBS Page 7 of 8 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 3.S 34 3.6 a. All trees, shrubs and other plantings will be mulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mulch must not be placed within 3 inches of the trunlcs of trees and shiubs. 16. Provide 2 to 4 inch thickness of mulch, work into top of baekfill, and finish level with adjacent finish grades. 17. Cover entire root balL 18. Prune a. Plants shall not be heavily pruned at the time of planting. Pruning is required at planting to correct defects in the tree structure, including removal of injured branches, double leaders, watersprouts, suckers, and interfering Uranches. Healthy lower branches and interior small twigs should not be removed except as necessary to clear walks and roads. In no case should more than on-quarter of the branching structure be removed. Retain the norinal shape of the plant. b. All pruning shall be completed using clean sharp tools. All cuts shall be clean and smooth, with the bark intact with no rough edges or tears. c. Except in circumstances dictated by the needs of specific pruning practices, trea paint shall not be used. The use of tree paint shall be only upon approval of the City Forester. Tree paint, when required, shall be paint specifically formulated and manufactured for horticultural use. 19. Prune trees to retain required height and spread. 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 imu�ediately after planting. B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during dormant growth seasoti. 2. Provide tree spade of adequate size as directed by City Forester. [REPAIR]/[ItEST012ATION] [NOT USED) RE-INST.ALLATION [NOT USED] 35 3.7 FIELD QUALITY CONTROL 36 A, City may reject unsatisfactory or defective material at anytime during progress of 3� Work. 38 B. Remove rejected trees immediately fi•om site and replace with speciiied materials. 39 C. Plant material not installed in accordance with these Specifications will be rejected, 40 D. An inspection to determine final acceptance will be conducted by City at end of 12 41 month maintenance period. 42 E. Warranty periods provided for in paragraph 1.12A. CITY OF PORT WORTH 2Q08 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street 5TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 329343 -8 TREES AND ST-iRUBS Page 8 of 8 1 3.8 SYST�,M STARTUP [NOT US�D] 2 3.9 ADJUSTING [NOT US�D� 3 3.10 CLEANING 4 A. During planting worlc, keep pavements clean and work area in orderly condition. 5 B. Dispose of excess soil and waste in approved location. 6 C. Waste Material Disposal: On-site burning of combustible cleared materials shall not be 7 peiinitted. 8 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 9 3.12 PROT�CTION 10 A. Protect planting work and materials from damage due to planting operations. 11 B. Maintain protection during installation and maintenance period. 12 C. Treat, repair, or replace damaged planting work. 13 3.13 MAINTENANCE 14 A. Maintenance Period: 12 months after job acceptance. 15 B. Begin maintenance under this Item when the installation of plants on the project is 16 complete and approved, or as directed. 17 C. Perform the maintenance work for a minimum of 90 days at the designated locations as 18 shown on the plans. 19 D. If a work schedule and frequency are not shown on the plans, perform the minimum 20 requirements shown below. 21 1. Water trees to full depth minimum of once each week or as required to maintain 22 healthy vigorous growth. 23 2. Prune, cultivate, and weed as rec�uired for healthy growth. 24 3. Restore planting saucers. 25 4. Tighten and repair stake and guy supports, and reset trees and sluubs to proper 26 grades or vertical position as required. 27 5. Restore or replace damaged wrappings. 28 6. Spray as required to keep trees and shrubs free of insects and disease. 29 3.14 ATTACHMENTS 30 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clvistine Couit & Quinn Street STANDARD CONSTRUCTION SPECiFICATIbN DOCUMENTS City Pinject No, 01265 Revised Ju1y 1, 20ll 330130-1 SEWER AND MANHOLE TESTING Page 1 of 3 1 2 3 PART 1 - GENEItAI, 4 1.1 SUMMARY SECTION 33 0130 SEWER 1�ND MANI�OLE TESTING 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection (Mandrel) Test 8 1) Excludes pipe with flow 9 2} Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- 14 inch pipe and smaller. 15 4. Hydrostatic testing is not allowed. 16 5. Manhole testing will include vacuum test. 17 B. Deviations froin this City of Fort Worth Standard Specification 18 l. None. 19 20 21 22 23 24 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 80 00 — Modifications to Existing Concrete 4. Section 33 04 50 — Cleaning of Sewer Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Pipe Testing a. Measurement 1) This Item is considered subsidiary to the sanitary sewer main (pipe) completed in place. b. Payment 1) The work performed and the materials furnishing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitazy 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 2O08 CIP Contract SA Ctuistine Avenue, Christute Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 Ol 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 3 1 c. The price bid shall include: 2 1) MoUilization 3 2) Plugs 4 3) Clean-up 5 1.3 REFER�NCES [NOT US�D] 6 1.4 ADMINTSTRATIV� R�QUIR�MENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section O1 33 00. 9 B. All submittals shall be approved by the Engineer or the City prior to deliveiy. 10 1.6 ACTION SUI3MITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS 12 A. Test and Evaluation Reports 13 1. All test reports generated during testing (pass and fail) 14 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSU1tANCE 16 A. Certifications 17 1. Mandrel Equipment 18 a. If requested by City, provide Quality Assurance certiiication that the equipment 19 used has been designed and manufactured in accordance to the required 20 specifications. 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 rI�LD [SITE] CONDITIONS [NOT US�D] 23 L12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS [NOT USED] 25 PART 3 - �X�CUTION 26 3.1 INSTALL�RS [NOT USED] 27 3.2 EXAMINATION (NOT USED] 28 3.3 PREPARATION 29 A. Low Pressure Air Test (Pipe) 30 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 31 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 32 B. Deflection (mandrel) test (Pipe) 33 1. Perform as last work item before final inspection. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 O1 30 - 3 SEWER AND MANHOLETESTING Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 3.4 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 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 uncertiiied mandrel or a mandrel altered or modified after certification will invalidate the deflectiotl test. 2) Mandrel requirements a) Odd number of legs with 9 legs minimum b) Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a runner indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter (OD) fl Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. C. Vacuum test (Manhole) l. 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. INSTALLATION A. Low pressure air test (Pipe) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum pernlissible pressure holding time per diameter per length of pipe is computed from the following equation: T = �.0850*D*K) Q 5 � Where: T= shortest time, seconds, allowed for air pressure to drop to 1.0 psig IC = 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 sui-face LJNI-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. 45 B. Deflection (mandrel) test (Pipe) C1TY OF FOR1' WORTH 2O08 CIP Contract SA Ctuistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised Ju1y 1, 2011 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 4 1 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 2 ensure that maxi��lum allowable deflection is not exceeded. 3 2. Maximum percent deflection by pipe size is as follows: 4 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 tlu•ough 30 4.0 Greater than 30 3.0 5 6 C. Vacuum test (Manhole) 7 1. Draw a vacuum of 10 inches of inercury and turn off the pump. 8 2. With the valve closed, read the level vacuum level after the required test time. 9 3. Minimum time required for vacuum drop of 1 inch of inercury is as follows: 10 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 11 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective 12 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 13 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 14 seconds. 40+6(5)=70 seconds) 15 16 4. Manhole vacuum levels observed to drop greater than 1 inch of inercury will have 17 failed the test. 18 3.5 REPAYR / RESTORA.TION [NOT USED] 19 3.G RE-INSTALLATION [NOT US�D] 20 3.'7 rIELD QUALITY CONTROL 21 A. Non-Conforming Work 22 1. Low pressure air test 23 a. Should the air test fail, find and repair leak(s) and retest. 24 2. Deflection (mandrel) test (Pipe) 25 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 26 b. Uncover overdeflected pipe. Reinstall if not damaged. 27 c. If damaged, remove and replace. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTtON SPECtFICATION DOCUMENTS City Project No. 01265 Revised Ju(y 1, 2011 33O130-5 SEWER AND MANf-IOLE TESTING Page 5 oP 5 1 3. Vacuum test (Manhole) 2 a. Should the vacuum test fail, repair suspect area and retest. 3 1) External repairs required for leaks at pipe comiection to manhole. 4 a) Shall be in accordance with Section 03 80 00. 5 2) Leaks within the manhole structure may be repaired internally or 6 externally. � 3.8 SYSTEM STAI2TUP [NOT USED] 8 3.9 ADJUSTING [NOT US�D] 9 3.10 CL��INING [NOT US�D] l0 3.11 CLOS�OUT ACTIVITI�S [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH 2O08 CIP Contract SA C}uistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCT[ON SPGCIFICATION DOCLJMENTS City Project No. 01265 Revised July l, 20] I 33 O1 31 - 1 CLOSED CIRCUIT TELEV1S10N (CCTV) iN3PECTION Page 1 of 3 1 2 SECTION 33 Ol 31 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 PART 1 - GENERAi, 4 l.l SUMA'IARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7 sanitary sewer or storm sewer mains 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 14 15 16 17 18 19 20 1.2 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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 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 PRICE AND PAYMENT PROCEDUltES A. Pre-CCTV Inspection 1. Measurement a. Measurement for this Itern will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video tape log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Pre-CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video tape log. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, C}u�istine Court & Quimi Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 33 O1 31 - 2 CLOSED CIRCUI7' TELEViSION (CC"CV) INSPECTCON Page 2 of 3 1 2 3 4 5 6 7 8 9 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 "Post-CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file 10 1.3 R�I+�R�NC�S 11 12 13 14 15 16 17 18 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 Worth Water Department a. City of Fort Worth Water Department CCTV Inspection and Defect Coding Program (CCTV Manual). Contact Field Operations to obtain a copy of the CCTV Manual. 19 1.4 ADMINISTRATIVE REQUIREM�NTS 20 A. Coordination 21 1. Meet with City of Fort Worth Water Department staff to confirm that the 22 equipment, software, standard templates, defect codes and defect rankings are being 23 used, if required. 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section O1 33 00. 26 B. All submittals shall be approved by the �ngineer or the City priar to delivery. 27 1.6 INFORMATIONAL SiJBMITTALS 28 29 30 31 32 33 34 A. Pre-CCTV submittals for sanitary sewer lines 24 inches and larger, if required 1. Project schedule 2. Listing of cleaning equipment and procedures 3. Listing of flow diversion procedures 4. Listing of CCTV equipment 5. Listing of backup and standby equipment 6. Listing of safety precautions and traffic control measures 35 1.7 CLOSEOUT SUBMITTALS 36 A. Post-CCTV submittals 37 1. 2 copies of CCTV video results on DVD 38 2. 2 hard copies of Inspection Report CITY OF FORT WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01265 Revised July 1, 2011 330] 31 -3 CLOSED CIRCUITTELEVISION (CCTV) INSPECTION Page 3 of 3 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 4 l.11 I+I�LD [SITE] CONDITIONS [NOT US�D] 5 1.12 WAI2I2ANTY [NOT US�D] 6 PART 2- PRODUCTS [NOT US�D] 7 PA.RT 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPAItATION 11 A. CCTV Equipment 12 1. Use equipment speciiically designed and constructed for such inspection. 13 2. Use equipment designed to operate in 100 percent humidity conditions. 14 3. Use equipment with a pan (�270 degrees), tilt, and rotates (360 degrees). 15 4. Use camera with an accurate footage counter that displays on the monitor the 16 distance of the camera (to the nearest 1/10 foot) from the centerline of the starting 17 manhole. 18 5. Use camera with height adjustment so camera lens is always centered at 1/2 the 19 inside diameter, or higher, in the televised pipe. 20 6. Provide sufiicient lighting to illuminate the entire periphery of the pipe. 21 7. Provide color video. 22 8. Use the Fort Worth Water Department standardized inspection and coding program 23 by I.T. software with pre-configured template. 24 a. See CCTV Manual. 25 B. Temporary Bypass Pumping — Conform to Section 33 03 10. 26 C. Cleaning — Conform to Section 33 04 50. 27 3.4 INSP�CTION (CCT� 28 A. General 29 1. Begin inspection immediately after cleaning of the main. 30 2. Move camera through the line in either direction at a moderate rate, stopping when 31 necessary to permit proper documentation of the main's condition. 32 3. Do not move camera at a speed greater than 30 feet per minate. 33 4. Use manual winches, power winches, TV cable, and power rewinds that do not 34 obstruct the camera view, allowing for proper evaluation. 35 5. During investigation stop camera at each defect along the main. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quimi Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 330131 -4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 a. Record the nat�ire, location and orientation of the defect or infiltration location as speciiied in the CCTV MamYal. 6. Pan and tilt the camera to provide additional detail at: a. Manholes b. Seivice connections c. Join�s d. Visible pipe defects such as cracics, broken or deformed pipe, holes, offset joints, obstructions or debris e. Infiltration/Inflow locations £ Pipe material h�ansitions 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 work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. 3. Provisions for repairing or replacing the impassable location are addt•essed in Section 33 31 20, Section 33 31 21 and Section 33 31 22. 24 C. Post-Installation Inspection 25 1. Complete manhole installation before inspection begins. 26 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 27 04 50. 28 D. Documentation of CCTV Inspection 29 1. Follow the CCTV Manual for the inspection video, data logging and reporting. 30 3.5 REPAIR / RESTORATION [NOT USED] 31 3.6 RE-INSTALLATION [NOT US�D] 32 3.7 rIELD [oR] SITE QUALITY CONTROL [NOT US�D) 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING 36 A. See Section 33 04 50. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Chiistine Court & Quinn Street STANDARD CONSTRUCTION SPECTFICATTON DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 Ol 31 - 5 CLOSED C]RCUITTELEVISION (CCTV) INSPECTiON Page 5 of 5 1 3.11 CLOSEOUT ACTIVITI�S [NOT US�D] , 2 3.12 PROT�CTION [NOT USED] 3 3.13 NIAINTENANCE [NOT USED] 4 314 ATTACHMENTS [NOT USED] 5 �ND OF S�CTION � Revision Log. DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 012G5 Revised July 1, 201 I 33 04 30 - 1 TEMPORARY WATER SERVICES Page 1 of 3 1 2 3 PART 1 - G�N�RAI.. SECTION 33 04 30 TEMPORARY WATER SERVICES 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Water Service needed to maintain service during water main 7 replacement project 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 14 15 16 17 18 19 20 1.2 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. Products Installed But Not Furnished Under This Section 1. Fire Hydrant Meters D. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requireinents, Contract Fornis, and Conditions of the Contract 2, Division I— General Requirements 3. Speciiication 32 12 16 — Asphalt Paving 4. Specification 33 OS 10 — Utility Trench Excavation, Embedment and Backiill 5. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Speciizcation 33 12 10 — Water Services 1-inch to 2-inch PRICE AND PAYM�NT PROCEDURES A. Measurement and Pay�nent l. Measurement a. Measurement for Temporary Water Services will be measured by: 1) Lump sum or 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 2. Payment a. The work performed and materials furnished in accordance with this Itein and measured under "Measurement" will be paid for at the unit price bid for "Temporary Water Service" of the type specified. 3. The price bid shall include: a. Temporary water service line b. Connections c. Fittings d. Valves e. Corporation stops £ Temporary asphalt for crossings g. Traffic Control h. Disinfection i. Removal of temporary services CITX OF FORT WORTH 2O08 CTP Contract SA Christine Avenue, Clu�istine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33043�-2 TEMPORARY WATER SERVICES Page 2 of 3 1 1.3 REI+�R�NCES 2 A. Reference Standards 3 1. Refer•ence standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Speciiication, unless a date is specifically cited. 6 2. NSF International 7 a. 61, Drinking Water System Components — Health Effects 8 3. ASTM International (ASTM): 9 a. D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) 10 Based on Controlled Outside Diameter 11 1.4 ADMINISTRATIV� I2�QUIR�M�NTS 12 A. Scheduling 13 1, Provide advance notice for seivice 'rnterruption and meet requirements of Division 14 1. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INT'ORMATIONAL SUBMITTALS [NOT USED] 17 1.'7 CLOSEOUT SUI3MITTALS [NOT USED] 18 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USEDJ 19 1.9 QUALITY ASSLJI2ANCE (NOT USED] 20 1.10 DELIV�RY, STORAGE, AND IIANDLING [NOT USED) 21 1.11 FIELD [SIT�] CONDTTIONS [NOT USED] 22 1.12 WARRANTY [NOT US�D] 23 PART 2 - PRODUCTS 24 2.1 OWNER-rURNISHED PRODUCTS 25 A. Fire Hydrant Meters 26 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS 27 A. Description 28 l. Regulatory Requirements 29 a. All Temporary Water Service components in contact with potable water shall 30 conform to the requirements of NSF 61. 31 B. Materials 32 1. Service Couplings, Fittings, and Corporation Stops 33 a. Conform to Section 33 12 10. 34 2. Service lines 35 a. Polyethylene tubing 36 b. Conform to ASTM D3035 and SDR 11 CTTY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CON3TRUCTION SPECIFICATION DOCi1MENTS City Project No. 01265 Revised July 1, 2011 330430-3 TEMPORARY WATER SERVICES Page 3 of 3 1 2 3 4 5 6 7 S 9 10 11 12 13 2.3 3. Temporary Water Service Main a. Galvanized steel pipe b. Conform to Schedule 40. 4. Driveway Approach a. Asphalt 1) Type B Asphalt in accordance with Section 32 12 16 C. Design Criteria 1. Service lines a. 3/-inch minimum pipe size b. Minimum flow rate oi 5 GPM at a dynamic pressure of 35 psi 2. Temporary Water Service Main a. 2-inch minimum pipe size ACC�SSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT US�D) 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PItEPARATION [NOT USED] 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3.4 INSTALLATION A. General 1. Install Temparary Water Services in accordance with provisions herein and in accordance with City Standard Details. 2. Perform disulfection test of temporary water service main and water services in accordance with Section 33 04 40. B. Temporaty Water Service Installation 1. Connect to existing water supply a. Fire hydrant 1) Connect to iire hydrant with hydrant meter and 2-incli gate valve. b. If a fire hydrant is not available, tap existing water main. 1) Connect to water main with 2-inch service tap and a corporation stop in accordance with Section 33 12 10. 2) Record water usage with a hydrant meter. 3) Do not tap existing water main, unless approved by the City. 2. Water service a. Connect 3/a-inch water service to 2-inch temporary water service main. b. Remove existing meters, tag with address and provide to City Inspector. c. Connect 3/-inch temporary water service to existing private service. d. Cover domestic meter box with protective guard or barricade. C. Intersection and Driveway Approach Crossing for Temporary Water Service l. Crossing for Temporary Water Seivice Main CITY OF FORT WORTH 2O08 CIP Cont��act SA Christine Avenue, Christine Coud & Quinn Street STANDARD CONSTRUCTION SPECIFICATtON DOCUMENTS City Project No, 01265 Revised July 1, 2011 33 04 30 - 4 TEMPORARY WATER SERVICES Page 4 of 4 1 a. Cover temporary service line with sufficient asphalt to protect service line and 2 to provide a driveable crossing. 3 b. If required to buiy temporary service line due to high volume traffic, or other 4 reasons required by the City, excavate, embed and backfill in accordance with 5 Section 33 OS 10. 6 3.5 REPAIR / RESTORATION [NOT USED] 7 3.G 12E-INSZ'ALLATION [NOT US�D] 8 3.7 FIELD [oR] SITE QUALITY CONTROL 9 A. Field Tests and Inspections 10 1. Check each water seivice installation for leaks with full flow through the curb stop 11 at the time the main is tested in accordance with Section 33 04 40, 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CL�ANING [NOT US�D] IS 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINT�NANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT US�D] 19 20 END OF S�CTION Revision Log DAT� NAME SUMMARY OF CHANGE � CITY OF FORT WORTH 2O08 CIP Coatract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTTON SPECIFICATION DOCtJMENTS City Project No. 01265 Revised July 1, 201 I 33 04 40 - 1 CLEANING AND ACCEPTANCE TES"t'ING OF WATER MAINS Page i of 3 1 SECTION 33 04 40 2 CLEANING �1ND ACCEPTANCE TESTING OF WATER MAINS 3 PART 1 - GENEI2AL 4 1.1 SUMMARY 5 A. Geueral 6 l. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fori 10 Worth Water Depai-tment and the requirements of Chapter 290 of the Texas 11 Administrative Code (TAC) established by the Texas Commission on 12 Environmental Quality (TCEQ). 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division 1— General Requirements 19 3. Section 33 O1 31 — Closed Circuit Television (CCTV) Inspection 20 1.2 PRICE AND PAYMENT PROCEllUR�S 21 A. Measurement and Payment 22 1. Measurement 23 a. This Item is considered subsidiary to the water inain being Cleaned and Tested. 24 2. Payment 25 a. The wark performed and the rnaterials furnished in accardance with this Item 26 are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological 27 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 28 complete in place, and no other compensation will be allowed. 29 1.3 ItEFEItENCES 30 A. Reference Standards 31 1. Reference standards cited in this Speciiication refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. American Water Works Association/American (AWWA): 35 a. C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. 36 b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. 37 c. C651, Disinfecting Water Mains. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christiue Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUIvIENTS City Project No. 01265 Revised July 1, 2011 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 3 1 1.4 ADMINISTRATIVE REQUIREM�NTS (NOT US�D] 2 1.5 SUBMITTALS 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 1.6 A. Submittals For 24-inch and larger water mains, provide the following: 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan detailing the n�ethods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedw-es d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan — prior to the start of construction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De-chlorination d. Sampling ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSLTRANC� [NOT USED] 23 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 24 l.11 FI�LD [SIT�] CONDITIONS [NOT USED] 25 1.12 WAI2I2ANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-Fi)RNISHED [oR) OWN�R-SUPPLIED PRODUCTS [NOT USED] 28 29 30 31 32 33 34 35 36 2.2 PRODUCT TYP�S A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. 5. Must pass through a reduction up to 65 pereent of the cross sectional area of the nominal pipe diameter CITY OF' FORT WORTH 2O08 CIP Contract SA Ch�7stine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised 7uly 1, 2011 33 oa 40 - 3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 3 1 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, 2 tees, crosses, wyes, and gate valves. ; 3 2.3 ACCESSORIES [NOT US�D] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - �XECUTION 6 3.1 INSTALLERS [NOT US�D] 7 3.2 �XAMINATION [NOT US�D] 8 3.3 PREYARATION [NOT USEDj 9 3.4 ERECTION/INSTALLATION/APPLICATION [NOT US�D] 10 11 12 13 3.5 REPAIR/RESTORA.TION [NOT USED] 3.6 ItE-INSTALLATION (NOT USED] 3.7 FIELD [oR] SITE QUA.LITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig a1136-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. Flushing is only permitted when specially designated in the Drawings, or if pigging is not practical and approved by the City. B. Pigging Method 1. If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, remove cleaning wye covers, etc. b. Where expulsion of the pig is required througli a dead-ended conduit: 1) Prevent backflow of purged watex into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entzy into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remazn in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION 3PECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessaiy to secure the system and proceed with disinfection. C. Flushing Method 1. Prepare the main by installing blow-offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow-off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main —'/-inch blow-off 2) 10-inch tlirough 12-inch main —1-inch blow-off 3) 16-inch and greater main — 2-inch blow-off b. Flushing shall be subject to the following limitations: 1) . Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. a Once Flushing is complete: 1) Corporations stops used for fl�tshing shall be plugged. 21 D. Daily main cleaning 22 1. Wipe joints and then inspect for proper installation. 23 2. Sweep each joint and keep clean during construction. 24 3. Install a temporary phig on all exposed mains at the end of each working day or an 25 extended period of work stoppage. 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 E. Hydrostatic Testing 1. All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria; a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually iilled with water, carefiilly expelling the air and the speciiied pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria; a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less that 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test Fire hydrants to the fire hydrant valve. CITY OF FORT WORTH 2O08 CiP Contract SA Christine Avenue, Christine Court & Quinn SU•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 33 04 40 - 5 CLEANING AND ACCEPTANCE TESTING OF WA"I'ER MAINS Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 l� 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Close isolation valves for air release valves. 5) Makeup water must come fi�om a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, ar approved by the City. 2) If the City denies approval io test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amowlt of makeup water is greater than that determined using the following formula: In inch-pound units, L = SD �IP 148,000 � c � e, Where: L= testing allowance (make up water), gallons per hour S=length of pipe tested, ft. D= nominal diameter of pipe, in. P= average test pressure during the hydrostatic test, psi For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. If the City determines that an existing system valve is responsible %r the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of'the system valve. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection l. General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. C1TY OF FORT WORTH 2O08 C1P Contract SA Chiistine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 6 1 2) At a point not more than 10 feet downstream from the Ueginning of the new 2 main, water entering the new rnain shall receive a dose of chlorine. 3 a) Free chlorine concentration: 50 mg/L minimum, or as required by 4 TCEQ, whichever is greater. 5 b) Chlorine applications shall not cease until the entire conduit is filled 6 with heavily chlorinated water. 7 3) Retain clilorinated water in the main for at least 24 hours. 8 a) Operate valves and hydrants in the section treated in order to disinfect 9 the appurtenances. 10 b) Prevent the flow of chlorinated ��ater into mains in active service. 11 c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, 12 minimum, for the treated water in all portions of the main. 13 4) Fhish the heavily chlorinated water from the main and dispose of in a 14 manner and at a location accepted by the City. 15 5) Test the chlorine residual prior to flushing operations. 16 a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the 17 new main until the chlorine residual is less the 4 mg/L. 18 b) The Contractor may choose to evacuate the water into water trucks, or 19 other appr•oved storage facility, and treat the water with Sodium 20 Bisulfate, or another de-chlorination chemical, or method appropriate 21 for potable water and approved by the City until the chlorine residual is 22 reduced to 4 mg/L or less. 23 c) After the speciiied chlorine residual is obtained, the water may then be 24 discharged into the drainage system or utilized by the Contractor. 25 d. Slug Method 26 1) Water from the existing distribution system or other approved source of 27 supply shall be made to flow at a constant rate in the newly laid main. 28 2) At a point not more than 10 feet downstream from the beginning of the new 29 main, water entering the new main shall receive a dose of chlorine. 30 a) Free chlorine concentration: 100 mg/L minimum, or as required by 31 TCEQ, whichever is greater. 32 b) The chlorine shall be applied continuously and for a sufficient time to 33 develop a solid column or "slug" of chlorinated water that shall expose 34 all interior surfaces to the "slug" for at least 3 hours. 35 3) Operate the fittings and valves as the chlorinated water flows past to 36 disinfect the appurtenances. 37 4) Prevent the flow of chlorinated water into mains in active service. 38 S) Flush the heavily chlorinated water from the main and dispose of in a 39 manner and at a location accepted by the City. 40 6) Upon completion, test the chlorine residual remaining in the main. 41 a) Chlorine levels of 4 mg/1 or less should be maintained. 42 2. Contractor Requirements 43 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 44 the disinfection method approved by the City with adequate provisions for 45 sampling. 46 b, Make all necessary taps into the main to accomplish chlorination of a new line, 47 unless otherwise speciiied in the Contract Documents. CITY OF FORT WORTH 2O08 CTP Contract SA Cl�ristine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCiJMGNTS City Project No. O1265 Revised July 1, 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 330440 -7 CLEANING AND ACCEPTANCE "I�ESTING OF \�ATER MA1NS Page 7 of 7 c. After satisfactory completion of the disinfection operation, as determined by the City, remove surplus pipe at the clllorination and sampling points, plug the remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Bacteriological Testing (Water Sampling) l. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's laboratoiy, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AW WA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new rnain. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,0001inear feet as designated by the City), plus 1 set from the end of the line and at least 1 set from each branch. e. If trench water has entered the tiew main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 2001inear feet. £ Obtain samples from water that has stood in the new main for at least 16 hours after foi7nal flushing. 3. Repetition of Sampling a. Unsatisfactory test results require a repeat of the disinfection process and re- sam.pling as required above until a satisfactory sample is obtained. 31 3.11 CLOS�OUT ACTIVITIES (NOT US�D] 32 3.12 PROTECTION [NOT US�D] 33 3.13 MAINTENANCE (NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 36 37 END OF SECTION Revision Log DATE NAME SUMMARY Ok' CHANGE CITY OF FORT WORTH 2O08 CIP Conh�act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01265 Revised July 1, 2011 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I of 18 1 2 SECTION 33 OS 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL 3 PART 1 - GENEI2AL 4 1.1 SiJMMARY 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 1.2 38 39 40 A. Section Includes: l. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) StoiYn 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 £ Backfill g. Compaction 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 02 41 13 — Selective Site Demolition 4. Section 02 41 15 — Paving Removal 5. Section 02 41 14 — Utility Removal/Abandonment 6. Section 03 34 13 — Controlled Low Strength Material (CLSM) 7. Section 31 10 00 — Site Clearing 8. Section 31 25 00 — Erosion and Sediment Control 9. Section 33 OS 26 — Utility Markers/Locators 10. Section 34 71 13 — Trafiic Control PRICE AND PAYMENT PROCEDUI2ES A. Measurement and Payment 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Coud & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33OS10-2 UTILITY TRENCI-T EXCAVATION, EMBEDMENT, AND BACKFTLL Page 2 of 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4'7 � a. Measurement 1) This Item is considered subsidiaiy to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The worlc performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the siie and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedtnent and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre-bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported EmbedmentBackiill" delivered to the Site for: a) Various embedment/backiill rnaterials c. The price bid shall include: 1) Furnishing backfill or emUedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3, Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the 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 rnaintenance 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 Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work perFormed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTtON SPECtFICATION DOCLTMENTS City Project No. 01265 Revised July 1, 2011 33OS10-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 18 1 1.3 REI�'�R�NC�S 2 A. Definitions 3 1. General — Definitions used in this section are in accordance with Terminologies 4 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 5 noted. 6 2. Definitions for trench width, backfill, embedment, initial backiill, pipe zone, 7 haunching bedding, springline, pipe zone and foundation are defned as shown in 8 the following scheznatic: '_1 _! li Y � <C CCl � 4: Z li iNiTia� �- BACK�ILL z LL� z n m SPRINGLINE �.z HAUNCHIIG DEDDING FUUNDATION � ,�� ��< �� REAS `���� UNPAVED AREAS ---- � . I . \� :, ,. ,� � J Li . Y U t m � Q ? L�. w z 0 N w � a. OD C!_EARANCE EXCAVA CEU TRENCN tMUTH 9 10 11 12 13 14 15 16 17 18 19 ' -.;.-. 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the treneh foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of ihe initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial back�ll to bottom of permanent or temporaiy pavement repair B. Reference Standards CITY OF FORT WORTH 2O08 CIP Contract SA Clvistine Avenue, Christine Cou�t & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 201 I 33 OS 10 - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 18 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 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 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 Consti�tction. e, ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture-Density Relations of Soil- Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 fi-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 —10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications k. AST'M D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place Uy 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 Canstiuction, Subpart P- Excavations 32 1.4 ADMINISTRATIVE I2�QUIREMENTS 33 A. Coordination 34 1. Utility Company Notification 35 a. Notify area utility companies at least 48 hours in advance, excluding weekends 36 and holidays, before starting excavation. 37 b. Request the location of buried lines and cables in the vicinity of the proposed 38 work, 39 40 41 42 43 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 work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 44 1.5 SUBMITTALS 45 A. Submittals shall be in accordance with Section O1 33 00. 46 B. All submittals shall be approved by the Engineer or the City prior to construction. CITY OF FORT WORTH 2O08 CIP Contracf SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCTJMENTS City Project No. 01265 Revised July 1, 2011 33OS10-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 18 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBIVIITTALS 2 A. Shop Drawings 3 1. Provide detailed drawings and explanation for ground water and surface water 4 control, if required. 5 6 i 8 9 10 11 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- Excavati:,ns 3. Stockpiled excavation and/or backfill material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 12 1.7 CLOS�OUT SUBMITTALS [NOT USED] 13 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSLTI2ANCE (NOT USED] 15 16 17 is 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 1.10 DELIV�RY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights-of-Way (ROW) a. Spoil, imported embedment and backfill niaterials may be stored within existing ROW, easements or temporary construciion easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas bai�ricaded as provided in the traffic control plans. e. In non-paved areas, do noi store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporaiy construction easement, then secure and maintain an adequate storage location. b. Provide an afiidavit that rights have been secured to store the materials on private property. e. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for 1 workin� 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 39 1. Any data which has been or may be provided on subsurface conditions is not 40 intended as a representation or warranty of accuracy or continuity between soils. It 41 is expressly understood that neither the City nor the Engineer will be responsible 42 for interpretations or conclusions drawn there from by the Contractor. 43 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH 2O08 CIP Contcact SA Chiistine Avenue, Christine Court.& Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 33 OS 10 - 6 UTTLTTY TRENCH EXCAVATION, EMBEDMENT, AND BACICFILL Page 6 of 18 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 21 OWNER-TURNISHED (ox] OWNER-SUPPLI�D PRODUCTS 4 2.2 MATERIALS 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 A. Materials 1. Utility Sand a. Granular and fi�ee flowing b, Generally meets or exceeds the limits on deleterious substances per Table 1 for fne aggregate according to ASTM C 33 c. Reasonably free of organic material d, Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 2. Cilished 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 ar C535 f. 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 rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c, May be un��ashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C 131 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 Backiill Material a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 OS 10 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 18 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 � 7. : Q 10 d. Must have 20 perceut passing the number 200 sieve 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 backfll material to meet the requirements of an Acceptable }3ackfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve Unacceptable Baekfill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 Seleet 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 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 Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 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 biologieal degradation 4) Resist naturally occurring chemicals 5) LTV 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 yarzi 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) UV Resistant 7) Miraii FW402 by Tencate, or approved equal CI'1'Y OF FORT WORTH 2O08 CIP Cont��act SA Christine Avenue, Christine Court & Quinn Street STANDARA CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 OS 10 - 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 18 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT US�D] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 �XAMINATION 6 A. Verification of Conditions 7 1. Review all known, identiiied or marked utilities, whether public or private, prior to 8 excavation. 9 2. Locate and protect all known, identified and marked utilities or underground I O facilities as excavation progresses. 11 3. Notify all utility owners within the project limits 48 hours prior to beginning 12 excavation. 13 14 15 16 17 18 19 20 21 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Tmmediately notify any utility owner of damages to underground facilities resulting fi•om construction activities. 7. Repair any damages resulting from the construction activities B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 22 3.3 PREPARATION 23 A. Protection of In-Piace Conditions 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 l. 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, embedmeut and backfill in a manner such that there is no darnage 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 OP FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 201( 33 OS 10 - 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 � 5. f. Remove trees specifically designated to be removed in the Dt•awings 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 stiuctures designated for removal in the Drawings in accordance with Section 02 41 13 Trafiic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways ar alleys for extended periods of time unless: 1) Alternative access has Ueen provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use trafiic rated plates to maintain access until access is restored. Traffic Signal — Poles, Mast Arnis, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d, Repair any damage to the traffic signal poles, mast ai�ns, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 6. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to constiuction. 3.4 INSTALLATION A. Excavation 2. 3. 4. 5. Excavate to a deptll indicated on the Drawings. Trench excavations are defined as unclassiiied. No additional payment shall be granted for rock or other in-situ materials encountered in the trench. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. The bottom of the excavation shall be firtn and free fi•om 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. 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 backiilled in the same day. 6. Over Excavation a. Fill over excavated areas with the speciiied beddin� material as specified for the speciiic pipe to be installed. b. No additional payment will be made foz• over excavation or additional bedding material. CITY OF FORT WORTH 2O08 CIP Contiact SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 05 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 18 1 7. Unacceptable Backfill Materials 2 a. In-situ soils classified as unacceptable backiill material shall be separated from 3 acceptable backfill materials. 4 b. If the unacceptable backfill material is to be blencied in accordance with this 5 Specification, t11en store material in a suitable location until the material is 6 blended. 7 c, Remove all unacceptable material fi•om the project site that is not intended to be 8 blended or modified. 9 8. Rock — No additional compensation will be paid for rocic excavation or other 10 changed field conditions. I1 12 13 14 15 16 17 18 B. Shoring, Sheeting and Bracing Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 19 4. If soil or water conditions are encountered that are not addressed by the current 20 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 21 Texas to modify the Exeavation Safety Plan and provide a revised submittal to the 22 City. 23 5. Do not allow soil, or water containing soil, to rnigrate through the Excavation 24 Safety System in sufficient quantities to adversely affect the suitability of the 25 Excavation Protection System. Movable bracing, shoring plates or trench boxes 26 used to support the sides of the trench excavatian shall not; 27 a, Disturb the embedment located in the pipe zone or lower 28 b. Alter the pipe's line and grade after the Excavation Protection System is 29 r•emoved 30 c. Compromise the compaction of the embedment located below the spring line of 31 the pipe and in the haunching 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4'7 C. Water Control 1, Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b, Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in tha State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control �'lan is specifically required by the Contract Documents 2; If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: CITY OF FORT WORTH 2O08 CIP ConU•act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCCJMENTS City Project No. 01265 Revised July 1, 2011 33OS10-11 UTILITY TRENCH EXCAVATION, EME3EDMENT, AND BACKFILL Page I1 of 18 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 e f. �• h a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A iirm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Coutrol 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 subsidiazy to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private propei�ty without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches irl diameter: a. The entire embedment zone shall be oiuniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufiicient 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 f rm, uniform bedding. £ Place pipe on the bedding in accordanca with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial Uackfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backiill in accordance with Section 33 OS 26. 2. Watex Lines 16-24 inches in Diameter a. The entire embedment zone shall be of uniform material. C17'1' OF PORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 33OS10-12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACICFILL Page 12 of I8 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 b. c. d. e. f. g• h. i. J� k. l, m. n. o. P• Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. Crushed rock or fine crusl�ed rock shall be used for embedment for excavated trench depths greater than 15 feet deep. Crushed rock shall be used for embedment for steel pipe. Provide trench geotextile fabl•ic at any location where crushed rock or fine cnished rock come into contact with utility sand Place evenly spread bedding material on a firm trench bottom. 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. Place pipe on the bedding according to the alignment shown on the Drawings. The pipe line shall be within: 1) �3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. Where gate valves are present, the initial backiill shall extend to up to the valve nut. Compact the embedment and initial backiill to 95 perceiit 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 fabi�ic in accordance with Section 33 OS 26. 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 3. Water Lines Greater than 24 Inches in Diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide frm, 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 elevatian on the Drawings for 30-inch and larger water lines l�. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. CITY OF TORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Stceet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 33OS10-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 18 1 2 3 4 5 6 7 8 9 10 11 J• k. 1. m. n. o. Place remaining embedment, including initial backfill, to a miziimum of 6 inches, but not more than 12 inches, above the pipe. 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 parformed by City to verify that the compaction of embedment meets requirements. Place trench geotextile fabric on top of the initial backiill. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 OS 26. 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 45 46 47 48 49 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of unifor�n material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so tl�at lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit f. g• h. i. J• k. 1. m. n. price. Place pipe on the bedding according to the alignment shown in the Drawings. The pipe line shall be within �0.1 inches of the elevation on the Drawings. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. For sewer lines greater than 30 inches in diameter, the embedment lift sl�:all not exceed the spring line prior to compaction. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. Density test may be performed by City to verify that the compaction of embedment meets requirements. Place trench geotextile fabric on top of the initial backfill. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 OS 26. 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backiill 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 stoini sewer pipe line. f. Provide finn, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FOR'I' WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn 3treet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01265 Revised July 1, 2011 33 05 10 - 14 UT1LtTY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 18 1 2) Tf additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pi•e-bid unit 3 price. 4 g. Place pipe on the bedding according to the alignment of the Drawings. 5 h. The pipe line shall be within �0.1 inches of the elevation on the Drawings. 6 i, Place embedment material up to the spring line. 7 1) Place embedment to ensure that adequate support is obtained in the haunch. 8 j. Compact the embedment and initial back�ll to 95 percent Standard Proctor 9 ASTM D 698. 10 k. Density test may be perfornied by City to verify that the compaction of 11 embedment meets requirements. 12 1. Place trench geotextile fabric on top of pipe and crushed rock. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 47 48 49 6. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b, The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backiill material compacted to 95 percent Standard Proctor density c. Place evenly spread cornpacted bedding material on a frm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line, e. Provide finn, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Fill the annular space between multiple boxes with crushed rocic, CLSM according to 03 34 13 or cement stabilized sand (CSS). g. Place pipe on the Uedding according to the alignment of the Drawings. h. The pipe shall be within �0.1 inches of the elevation on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Seivices (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of unifornl material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH 2O08 CIP Conh•act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFTCATTON DOCIJMENTS City Project No. 01265 Revised July 1, 2011 33 05 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 18 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 f. g• h. 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 of the Drawings. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. Compact the iniiial backfill to 95 percent Standard Proctor ASTM D698. Density test may be required to verify that the compaetion meets the density requirements. E. Trench Backiill I� � 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 setilement or trencl�. movement. a. Meeting the requirement herein does not relieve the responsibility to damages assoeiated with the Work. Backfill Material a. Final backfill depth iess than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backiill material, CSS, or CLSM when speciiically required b. Final baekfill depth greater than 15 feet and under pavement or future pavernent 1) Backfill depth from 0-15 feet deep a) Backiill with: (1) Acceptable backfill material (2) Blended backiill matei7al, or (3) Select backfill material, CSS, ox CLSM when specifically required 2) Backfill 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) Aeceptable backfill material, or b) Blended backfill material Required Compaction and Density a. Final backfill depths less than 15 feet 1) Compact acceptable backfill material, blended backfill material or select backiill 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 backiil� 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 2O08 CIP Contract SA Clu�istine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pcoject No. 01265 Revised July l, 2011 33 05 10 - 16 UTILITY TRENCH GXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of' 18 1 c. Final backiill depths greater than 15 feet and not under existing or future 2 pavement 3 1) Compact acceptable backfill material blended backfill material, or select 4 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 5 moisture content within -2 to +5 percent of the optimum moisture. 6 4. Saturated Soils 7 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over• 8 optimum moisture content, tlie soils are considered saturated. 9 b. If satw•ated soils are identified in the Drawings or Geotechnical Report in the 10 Appendix, Contractor shall proceed with Worlc following all backfill 11 procedures outlined in the Drawings for areas of soil saturation greater than 5 12 percent. 13 c. If saturated soils are encountered during Work but not identified in Drawings or 14 Geotechnical Report in the Appendix: 15 1) The Contractor shall; 16 a) Tmmediately notify the City. 17 b) Submit a Contract Claim for Extra Worlc associated with direction from 18 City. 19 2) The City shall: 20 a) Investigate soils and determine if Work can proceed in the identified 21 location. 22 b) Direct the Contractor of changed back�ll procedures associated with 23 the saturated soils that may include: 24 (1) Imported backfill 25 (2) A site speciiic backiill design 26 S. Placement of Backfill 27 a. Use only compaction equipment speci�cally designed for compaction of a 28 particular soil type and within the space and depth limitation experienced in the 29 trench. 30 b. Place in loose lifts not to exceed 12 inches. 31 c. Compact to speciiied densities. 32 d. Compact only on top of initial backfill, undisturbed trench or previously 33 compacted backfill. 34 e. Remove any loose materials due to the movement of any trench box or shoring 35 or due to sloughing of the trench wall. 36 £ Install appropriate tracking balls for water and sanitary sewer trenches in 37 accordance with Section 33 OS 26. 38 6. Backfill Means and Methods Demonstration 39 a. Notify the City in writing with sufficient time for the City to obtain samples 40 and perform standard proctor test in accordance with ASTM D698. 41 b. The results of the standard proctor test must be received prior to beginning 42 excavation. 43 c. Upon commencing of backiill placement for the project the Contractor shall 44 demonstrate means and methods to obtain the required densities. 45 d. Demonstrate Means and Methods for compaction including: 46 1) Depth of lifts for backfill which shall not exceed 12 inches 47 2) Method of moisture control for excessively dry or wet backfill 43 3) Placement and moving trench box, if used 49 4) Compaction techniques in an open trench CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Chiistine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01265 Revised July 1, 201 ] 33 OS l0 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 18 1 2 3 4 5 6 7 8 9 10 11 12 13 5) Compaction techniques arouud structure e. Provide a testing trench box to provide access to the recently backflled material. £ The City will provide a qualified testing lab full time during tlus 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 additional proctors when soil conditions change, c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 14 3.5 REPAIR [NOT USED) 15 3.6 R�-INSTALLATION [NOT USED] 16 3.7 I'IELD QUALITY CONTROL 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3� 38 39 40 41 42 43 44 45 46 A. Field Tests and Inspections l. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of tlze soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notiiied 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 inixture of those soils. 2. Density Testing of Backiill a. Density Test Shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trenches deeper than 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 1 S feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backf`ill depths greater than 15 feet deep: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 012G5 Revised July i, 2011 33OS]0-18 UTiLITY TRENCI-I EXCAVATION, �MBEDMENT, AND BACiCFILL Page 18 of 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 f. � h i. J• 2) The testing lab shall take a minimum of 3 density tests of the cuirent lift in the available trencli, 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. Make the excavation available for testing. The City will determine the location of the test. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. A formal report will be posted to the City's Buzzsaw site within 48 hours. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 3. Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or select material will follow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. 23 B. Non-Conforming Work 24 1. All non-conforming work shall be removed and replaced. 25 3.8 SYSTEM STARTUP [NOT US�D] 26 3.9 ADJUSTING [NOT US�D] 27 3.10 CL�ANING [NOT US�D] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROT�CTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHM�NTS [NOT USED] 32 33 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 34 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couri & Quinn Street STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33OS13-1 FRAM�, COVER, AND GRADE R1NGS Page 1 of 3 1 2 3 PART 1 - GENEItAL 4 1.1 SUMMARY SECTION 33 05 13 FRAME, COVER, AND GItADE RINGS 5 A. Section Includes: 6 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and 7 storm drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 1.2 PR.ICE AND PAYMENT PROCEDUIZES 15 16 17 18 19 20 21 22 A. Measurement and Payment 1. 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 witb this Item are subsidiary to the unit price bid per each structure complete in place, and no other compansation will be allowed. 23 1.3 R�FERENCES 24 25 26 27 28 29 30 31 32 33 34 35 1.4 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. ASTM A48 — Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings c. ASTM C478 - Speciiication 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 A.DMINISTRATIVE REQUIIt�MENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section O1 33 00. CITY OF FORT WORTH 2O08 CIP ConG-act SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pinject No. 01265 Revised July l, 2011 330513 -2 FRAME, COVER, AND GRADE RINGS Page 2 of 3 1 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 2 fabrication for specials. 3 1.6 ACTION SUBMITTALS/INI�'ORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All castings shall be cast with: 6 a. Approved foundiy's name 7 b, Part number 8 c. Country of origin 9 2. Provide manufacturer's; 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e. Installation instnictions 15 B. Certificates 16 1, Manufacturer shall certify that all castings conform to the ASTM and AASHTO 17 designations. 18 1.7 CLOSEOUT 5iTBMITTALS [NOT USED] 19 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSUI2ANCE [NOT US�DJ 21 1.10 DELIV�RY, STORAGE, AND IIANDLING [NOT USED] 22 l.11 FIELD [SITE] CONDITIONS [NOT US�D] 23 1.12 WAItItANTY [NOT US�D] 24 PART 2 - PRODUCTS 25 21 OWNER-TURNISH�D [ox] OWN�R-SiTPPLI�D PRODUCTS [NOT USED] 26 2.2 �QUIPMENT, PRODUCT TYPES, MAT�RIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section Ol 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section O1 25 00. 33 B. Castings 34 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 35 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 36 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 37 loading with permanent deformation. 38 �4. Covers CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOC[JMENTS City Project No. 01265 Revised.�uly 1,2011 33 OS 13 - 3 FRAME, COVER, AND GRADE RINGS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 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) Sanitazy Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise speci�ed in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 19 3/ 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) Sanitazy Sewer a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or stiuctures constructed over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. 32 C. Grade Rings 33 1. Provide grade rings in sizes from 2-inch up to 8-iuch. 34 2. Use concrete in traffic loading areas. 35 3. In non-traffic areas concrete or HDPE can be used. 36 37 38 39 40 D. Joint Sealant 1. 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 2O08 CIP Contract SA Christine Avenue, Clu�istine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Piroject No. 01265 Revised July 1, 2011 33 OS 13 - 4 FRAME, COVER, AND GRADE R1NGS Page 4 of 4 1 2.3 ACC�SSORIES [NOT US�D] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EX�CUTION 4 3.1 INSTALLERS [NOT US�D] 5 3.2 �XAMINATION [NOT US�D] 6 3.3 PREPAI2ATION [NOT USTD] 7 3.4 INSTALLATION 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 A. Grade Rings 1. Place as shown in the water and sanitaiy sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover l. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3, Storm Drain a, For storm drain 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 frame, grade rings and structure with specified sealant. D. Concrete Collar 1, Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH 2O08 CIP Conhact SA Christine Avenue, Christine Court & Quinn 3treet STANDARD CONSTRUCTION SPECIFICATION DOCtJMBNTS City Project No. 01265 Revised July 1, 2011 33 OS 13 - 5 FRAMF., COVER, AND GRADE R1NGS Page 5 of 5 1 3.5 It�PAIR / 12ESTOItATION [NOT US�DJ 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 I'I�LD �oR] SIT� QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT US�D] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING (NOT USED] 7 3.11 CLOSEOUT ACTIVITILS [NOT US�ll] 8 3.12 PROT�CTION [NOT USED] 9 3.13 MAINTENA.NC� [NOT USED] 10 3.14 ATTACHM�NTS [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Cluistine Court & Qoinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 33OS14-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCT'URES TO GRADE Page 1 of 3 1 2 3 S�CTION 33 OS 14 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 4 PART 1 - GENEI2AL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 l. None. 11 12 13 14 15 16 17 18 19 20 21 22 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Farms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 OS 13 — Frame, Cover and Grade Rings 5. Section 33 39 10 — Cast-in-Place Concrete Manholes 6. Section 33 39 20 — Precast Concrete Manholes 7. Section 33 12 20 — Resilient Seated Gate Valve 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 23 1.2 PRICE AND PAYMENT PROC�DURES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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 adjustinent 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 backfill CITY OF FORT WORTH 2O08 C1P Contract SA C}u7stine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 20ll 33 OS 14 - 2 ADJUSTING MANHOLES, TNLETS, VALVE BOXES, AND OTH�R STRIJCTURES TO GRADE Page 2 of 3 7) Clean-up 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to manhole to a grade specified on the Drawings. b. Payment 1) The worlc performed and the materials funiished in accordance with this Item wil] be paid for at the unit price bid per each "Manhole Adjustrneut, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) �Iauling 4) Disposal of excess material 5) Structural modiiications, 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 modiiications to inlet to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modiiications 6) Furnishing, placing and compaction of embedment and back�ll 7) Clean-up 4. Valve Box a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade speciiied on the Drawings. b, Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. e. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and eompaction of embedment and backfill 7) Clean-up CITY OF FORT WORTH 2O08 CIP Cont�aet SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRTJCTION SPECIFICATION DOCUMENTS CiTy Project No. 01265 Revised July 1, 2011 33 OS 14 - 3 ADJUSTING MANHOLES, WLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3� 38 39 40 41 42 43 44 45 46 47 48 5 � %] Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade speciiied on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of exeess material 5) Adjustment deviee 6) Furnishing, placing and compaction of embedment ai�d backiill 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 Inaterials 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) Structural modiiications 6) Furnishing, placing and compaction of embedznent and backfill d. Clean-up CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 20ll 33 OS 14 - 4 ADIUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 4 1 1.3 RErERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically eited. 6 2. Texas Commission on Environmental Quality (TCEQ): 7 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and 8 Related Structures. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] l0 1.5 SUBMITTALS [NOT US�D] 11 1.6 ACTION SURMITTALS/INI'ORMATIONAL SUI3MITTALS [NOT USED] 12 13 1.7 CLOSEOUT SUI3MITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUI3MITTALS [NOT US�D] 14 1.9 QUALITY ASSURANC� [NOT USEll] 15 1.10 D�LIV�RY, STORAGr, AND HANDLING [NOT USED] 16 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 17 1.12 WAI2RANTY [NOT US�D] 18 19 PART 2 - PRODUCTS 2.1 OWN�R-I�URNISI-I�D [oR] OWNER-SUPPLIED PRODUCTS [NOT US�D] 20 2.2 MATERIALS 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Cast-in-Place Concrete 1. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 OS 13. D, Frame and Cover 1. See Section 33 OS 13. E, Backfill material l. See Section 33 OS 10. F. Water valve box extension l. See Section 33 12 20. G. Corrosion Protection Test Station l. See Section 33 04 11. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City P�bject No. 01265 Revised July 1, 2011 33 OS 14 - 5 ADJUSTING MANHOLES, INLETS, VALVE BOXGS, AND OTHER ST'RUCTURES TO GRADE Page 5 of 5 1 2 3 4 5 0 H. Cast-in-Place Concrete Manholes 1. See Section 33 39 10. I. Precast Concrete Manholes 1. See Section 33 39 20. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USEll] 7 PART 3 - EX�CUTION 8 7 3.1 INSTALLERS [NOT USED] 3.2 EXrLMINATION 10 A. Verification of Conditions 11 1. Examine existing structure to be adjusted, for damage or defects that rnay affect 12 grade adjustment. 13 a. Report issue to City for consideration before begimiing adjustment. 14 3.3 PREPARATION 15 A. Grade Veriiication 16 1. On maj�r adjustments con%n any grade cha�lge noted on Drawings is consistent 17 with field measurements. 18 a. If not, coordinate with City to verify final grade before beginning adjustment. 19 3.4 ADJUSTMENT 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Manholes, Inlets, and Miscellaneous Structures 1. On any sariitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood fonns 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 tlie 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 l. Utilize typical3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. C. Backfill and Grading l. Backfill area of excavation surrounding each adjustment in accordance to Section 33 OS 10. C1TY OF FORT WORTH 2O�8 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECII'1CATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 OS 14 - 6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Yage 6 of 6 1 3.5 I2�PAIR / RESTORATION [NOT USED] 2 3.6 R�-INSTALLATION [NOT US�D] 3 3.7 rIELD [oR] STT� QUALITY CONTROL [NOT USED] 4 3.8 SYSTT;M STARTUP [NOT USED] 5 3.9 ADJUSTING (NOT USED] 6 3.10 CL�ANING [NOT USED] 7 3.11 CLOS�OUT ACTIVITT�S [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENT5 [NOT USED] 11 12 END OT�' SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 C1TY OF FORT WORTH 2O08 C]P Contract SA Christine Avenue, Christine Court & Quinn Street 3TANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS City Piroject No. 01265 Revised July 1, 2011 331112-1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 3 1 2 SECTION 33 11 12 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE 3 PARTl- G�NERAL 4 1.1 SITMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, ' 7 wastewater and reuse applications 8 B. Deviations from this City of Port Worth Standard Specification 9 l . None. 10 11 12 13 14 15 16 l� i8 1.2 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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. 33 Ol 31 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 OS 10 - Utility Trench Excavation, Embedment and Backfill 6. 33 OS 24 — Installation of Carrier Pipe in Casing PRICE AND PAYMENT PROC�DUIt�S A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordaiice with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe witl� joints as speciiied by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 331112-2 POLYVINYL CHLORIDE (PVC) PRESSURE P1PE Page 2 of 3 1 2 3 4 5 6 7 8 9 g• h. J• k. 1. m. n. o. Furnishing, placement and compaction of embedment Furnishing, placement and coinpaction of back�ll Clay Dams Thrust restraint, if required Uy Contract Documents Gaskets Clean-up Cleaning Disinfection Testing 10 1.3 REFEIt�NCES il A. Reference Standards 12 1. Reference standards cited in this Speciiication refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification, unless a date is specifically cited. 15 2. American Association of State Highway and Transportation Officials (AA,SHTO). 16 3. ASTM International (ASTM): 17 a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) 18 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 19 b. D3139, Standard Speciiication for Joints for Plastic Pressure Pipes Using 20 Flexible Elastomeric Seals. 21 22 23 24 25 26 27 28 29 30 4. American Water Works Association (AWWA): a. C600, Tnstallation of Ductile-Iron Water Mains and their Appttrtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittiugs for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabi•icated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. d. C905, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN through 48 IN, for Water Transmission and Distribution. e. M23, PVC Pipe — Design and Installation. £ M41, Ductile-Tron Pipe and Fittings. 31 5. NSF International (NSF): 32 a. 61, Drinking Water System Components — Health Effects. 33 6. Underwriters Laboratories, Inc. (UL). 34 1.4 ADMTNTSTRATIVE ItEQUIItEMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section Ol 33 00. 37 B. All submittals shall be approved by the Engineer or the City prior to delivery. 38 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 39 40 41 42 A. Product Data 1. For PVC Pressure Pipe that is used for water distribution, wastewater force rnains or wastewater gravity mains, including: a. PVC Pressure Pipe CITY OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATiON DOCTTMENTS City Project No. 01265 Revised July I, 2011 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2. 3 b. Manufacturer c. Dimension Ratio d. Joint Types Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint Gaskets B. Shop Drawiilgs: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certiiicates l. Furnish an afiidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900 or AWWA C905. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT US�D] 35 1.9 QUALITY ASSUI2ANCE 36 37 38 39 40 41 42 43 A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. CITY OF FORT WORTH 2O08 CIP Cont��act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised luly l, 2011 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 4 1 2 3 c. All pipe furnished shall be in confotmance with AWWA C900 and AWWA C905. 1.10 DELIVERY, STORAG�, AND HANDLING 4 A, Storage and Handling Requirements 5 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 6 2. Secure and maintain a location to store the mater•ial in accordance with Section O1 7 66 00. 8 7 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 1.12 WA.I2RANTY [NOT US�D] 10 PART 2 - PRODUCTS 11 2.1 OWN�R-TURNISH�D [o�] OWN�R-SUPPLI�D PRODUCTS [NOT USED] 12 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. Only the maniifacturers as listed in the City's Standard Products List will be 15 considered as shown in Section Ol 60 00. 1 G a. The manufacturer must comply with this Specification and related Sections, 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted in aecordance with Section Ol 2S 00. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 B. Pipe l. Pipe shall be in accordance with AWWA C900 or AWWA C905. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special iittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classiiication of 12454-B. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter Min Pressure Class inch si 4 through 12 DR 14 16 throu h 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900 or AWWA C905. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Norninal pipe size 3) Dimension Ratio CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATTON DOCLTMENTS City Project No. 01265 Revised July 1, 201 I 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 4) AWWA C900 or AWWA C905 5) Seal of testing agency that veriiied the suitability of the pipe C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Pactor = 1.0 £ Working Pressure (P,,,) = 150 psi g. Surge Allowance (PS) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi n�inimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust: a. Thnists at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust wluch will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (P;), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City's Standard Products List as shown in Section O1 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inehes. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the D�•awings and the following: 1) Calculate the weight of the eatth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. CITY OF FORT WORTH 2O08 CIP Contract SA CYuistine Avenue, Cl�ristine Court & Quinn Sll�eet STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 a) Reduce the coefficient of friction to 0.25. 4. Joints a. Joints shall be gasket, bell and spigot and push-on type confoi�ning to ASTM D3139. b. Since each pipe manufacturer has a different design for push-on joints, gaskets shall be part of a complete pipe section and purchased as such, c. Lubricant must be non-toxic and NSF approved for potable water applications. d. Push-On Restrained Joints shall only be as approved in the Standard Products List in Section Ol 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 OS 26. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT US�D] 17 3.3 PREPARATION [NOT USED] 18 3.4 INSTALLATION 19 A. General 20 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 21 AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe 22 manufacturer's recornmendations. 23 2, Lay pipe to the lines and grades as indicated in the Drawings. 24 3. Excavate and backfill trenches in aceordance with Section 33 OS 10. 25 4. Embed PVC Pressure Pipe in accordance with Section 33 OS 10. 26 5. For installation of carrier pipe within casing, see Section 33 OS 24. 27 28 29 30 31 32 33 34 35 36 37 38 39 B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with caxe 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 txash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01265 Revised July l, 2011 331112-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 a. Bolt the follower ring into compression against the gasket, with the bolts tightened down evenly then cross torque in accordance with AWWA C600, b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-On joints as defined in AWWA C900 and AWWA C905, b. Wipe clearl the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin flm of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The maziufacturer's recommendation may be used with the approval of the Engineer. D. Detectable Metallic Tape Installation 1. See Section 33 OS 26. 23 3.5 REPA.IR/RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USEDJ 25 3.7 rIELD (ox] SITE QUALITY CONTROL 26 A. Potable Water Mains 27 28 29 30 31 32 33 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 Ol 31. CITY OF PORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 3311 12-8 POLYViNYL CHLORIDE (PVC) PRESSURE PiPE Page 8 of 8 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT US�D] 3 3.10 CL�ANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITI�S (NOT US�D] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINT�NANCE [NOT US�D] 7 3.14 ATTACHM�NTS [NOT US�D] 8 0 END OI' SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01265 Revised July 1, 2011 33 t2 10 - I WATERSERVICES 1-1NCHT02-INCH Page 1 of 3 � 3 PART 1 - GENEI2AI., 4 l.l SLTMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 SECTION 33 1210 WATER SERVICES 1-INCH TO 2-INCH A. Section Includes: 1. 1-inch to 2-inch water service lines froin the water main to the right-of-way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Seivice b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sectious include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 OS 10 — Utility Trench Excavation, Embeciment and Back�ll 5. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDUI2ES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment l. New Water Service a. Measurement 1) Measurement for this Item shall be per each New Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for ai the unit price bid per each "New Water Service" installed for: a) Various sizes c. The price bid shall include: 1} Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop 6) Fittings CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, C}u�istine Court & Qu iim Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 3312]0-2 WATER SERVECES 1-INCH TO 2-INCH Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 F� 3 7) Service line installed by open cut 8) Connection to meter 9) Connection to existing service 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Disinfection 16) Testing New Water Seivice, Bored a. Measurement 1) Measurement for this Item shall be per each New Seivice complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the seivice line is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "New Water Service, Bored" installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Cuz•b stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Connection to existing service 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Clean-up 14) Disinfection 15) Testing Water Meter Service Relocate a. Measurement 1) Measurement for this Item shall be per each Water Meter Service Relocate complete in place from public service line connection to private seivice line connection. b. Payment 1) The work performed in conjunction with relocation of the meter, associated service line, iittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Serviee Relocate" installed for: a) Various size of services c. The price bid shall include: C1TY OF FORT WORTH 2O08 C1P Conh�act SA Christine Avenue, Christine Court & Qu inn Street STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 12 10 - 3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 3 1 2 3 4 5 6 7 8 9 1) 2) 3) 4) 5) 6) 7) 8) 9) Seivice line Fittings Coimection to service line Pavement removal Excavation Hauling Disposal of excess material Clean-up Cleaning 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 4. Private Service a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a coniiection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction frorn centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Service" installed for: a) Various sizes of service c. The price bid shall include: 1) Submitting product data 2) Private Service line 3) Fittings 4) Connection to existing private service line 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 10) Cleaning 11) Disinfection 12) Testing 36 1.3 REF�It�NCES 37 38 39 40 41 42 43 44 45 46 47 48 A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Servica Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including coiporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Relocate CITY OF FORT WORTH 2O08 CiP Contract SA Christine Avenue, Christine Court & Qu inn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0t265 Revised July 1, 2011 33 12 10 - 4 WATER SERVICES 1-TNCH TO 2-INCH Page 4 oF4 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 a. Relocation and reconnection of the private seivice line fi-om an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service a. Relocation and reconnection of private seivice line on private property where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. B. Reference Standards L Reference standards cited in this Specification refer to the 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. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Speciiication for Seamless Copper Water Tube. d. B98, Standard Specification for Copper�Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. £ C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. D883, Standard Tei�ninology Relating to Plastics, 3. A.n�erican Water Works Association (AWWA): a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinkin� Water System Components - Health Effects. 29 1.4 ADMINISTRATIVE R�QUIREM�NTS 30 A. Scheduling 31 1. Provide advance notice for service interruptions and meet requirements of Division 32 0 and Division 1. 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section Ol 33 00. 35 B. All submittals shall be approved by the Engineer or the City prior to delivery. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Product Data, if applicable: 38 l. Tapping Saddle 39 2. Corporation stop 40 3. Curb Stop 41 4. Service Line 42 5. Meter Box 43 6. Meter Box Lid CITY OF FORT WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Qu inn Street STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 12 10 - 5 � WATER SERVICES 1-1NCH TO 2-1NCH Page 5 of 5 1 1.'7 CLOS�OUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSU1tA.NCE ' 4 A. Qualifications 5 1. Manufacturers 6 a. Water Seivices shall meet or exceed the latest revisions of AWWA C800 and 7 shall meet or exceed the requirements of this Speciiication. 8 1.10 DELIV�RY, STORAGE, AND IIANDLING 9 A. Storage and Handling Requirements 10 1. Protect all parts such that no damage or deterioration will occur during a prolonged 11 delay fz•om the time of shipment until installation is completed and the units and 12 equipment are ready for operation, 13 2. Protect all equipment and parts against any damage during a prolonged period at the 14 siie. 15 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 16 extremes in temperature. 17 4. Secure and maintain a location to store the material in accordance with Section O1 18 66 00. 19 1.11 rIELD [SITE] CONDITI�NS [NOT US�D] 20 1.12 WARItANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-FUItNISHED PRODUCTS 23 A. Water meters for various sizes 24 2.2 EQUIPMENT, PRODUCT TYPES, AND MAT�RIALS 25 A. Manufacturers 26 1. Only the manufacturers as listed on the City's Standard Products List will be 27 considered as shown in Section 01 60 00. 28 a. The manufacturer must comply with this Specification and related Sections. 29 2. Any product that is not listed on the Standard Products List is considered a 30 substitution and shall be submitted in accordance with Section Ol 25 00. 31 3. The Water Services and appurtenances shall be new and the product of a 32 manufacturer regularly engaged in the manufacturing of Water Services and 33 appurtenances having similar service and size. 34 B. Description 35 1. Regulatoiy Requirements 36 a. Water Services shall meet or exceed the latest revisions of AWWA C800 and 37 shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Qu inn Street STANDARD CON3TRUCT[ON SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 33 12 10 - 6 WATER SERViCES 1-TNCH TO 2-INCH Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 T2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 b. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 1. Service Lines a, Provide Type K Copper Tubing per ASTM B88. b. Furnish in the ailnealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diarneter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size, 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 3/ inch per foot or 0.1458 inch per inch � 0.00'1 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seatin� surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1%a -inch and 2-inch coiporation stops 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type a Incorporate full flow porting. d. Provide for fu11360 degree plug rotation clockwise or counter-clockwise. e, Overall Length CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Qu inn Street STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 12 10 - 7 WATERSERVICES 1-INCHT02-INCH Page 7 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 f. g• h. 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1/32 inch + 9.32 for 1-inch diameier Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of bun•s or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match wiihin approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal rings backed with O-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and fr•ee of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of watex. Ball Plug Type 1) Provide double O-ring seals on the stem. 2) The ball shall seal against rubber riugs mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The poxt in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 37 38 39 40 41 42 5. Straight Adapters a. Brass castings and threads per AWWA C800 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of ineter nut. e. Machine inside and outside of tailpiece. 43 8. Branch Connections 44 a. Brass castings per AWWA C800 45 b. Inlet and outlet connections per AWWA C800 46 9. Service Saddles 47 a. Castings 48 1) Brass or Nylon coated ductile iron castings per AWWA C800 49 2) Free of porosity with sharp edges removed CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Qu inn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENT5 City Project No. 01265 Revised July l, 2011 331210-8 WAT�R SERVICES 1-INCH TO 2-INCH Page 8 of 8 2 3 4 S 6 7 8 9 l0 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 c. � 3) Fit cantour of pipe as follows: Minimum Outside Maximum Outside Nominnl Pipe Size Diameter of Pipe Diameter of Pipe (inches (inclies (inches) 1.50 1.900 2.000 2.00 2.375 2.500 2.25 2.875 3.000 4.00 4.900 5.000 6.00 6.900 7.100 8.00 9.050 9.300 10.00 11.100 11.400 4) Saddle a) Form to fit firmly against side of maximurn diameter of water main with approximately 180 degrees wY•ap around. 5) Otttlet a) Design outlet boss for no tluead distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 4) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that'/z inch remains after clamp is fully tightened on the pipe. 5) Chamfer strap ends to protect the starting threads. 6) The threads shall be full and free from shear. 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. 8) Single straps are allowed for Saddles for pipe 2-inches in diameter and smaller. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1'/z-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in flange gasket surface. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Qu inn Street STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01265 Revised July 1, 2011 33 12 10 - 9 WATER SERVICES 1-1NCH TO 2-1NCH Page 9 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled circular about ihe axis of the flange. 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flatige on 2-inch angle valves shall be double drilled to permit connection to 1'/z -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe tluead. 8) The key cap shall include a wrenching tee nlarked with a raised or recessed ai7ow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap} a) Brass material per AWWA C800 b) O-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by ineans of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. � The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for tl�,e intended purpose. i) Provide with either a high quality rubber drop-in gasket or an O-ring seal depending on the manufacturer's flange seal surface design choice. 11. Meter Boxes shall: a. Be constructed of: 1) Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D883, as follows: a) Not allowed to be located within driveways b) Minimum wall thicicness of 0.500 inches c) Black exterior to provide LIV pz•otection d) Exterior free from seams or parting lines e) Smooth edges and cornexs and be free from sharp edges so the unit can be handled safely without gloves. 2) Concrete a) Fratne of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C 150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Class A Standard Meter Box 1) For use with services utilizing 5/8-inch x 3/-inch, 3/-inch or 1-inch meter 2) Size a) 11-inch x 18-inch Box, 12 inches high e. Class B Standard Meter Box 1) For use with services utilizing 1-1/2-inch or 2-inch meter CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Comt & Qu inn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33I2]0-10 WATERSERVICES 1-INCHT02-INCH Page ] 0 of 10 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 2� s1Ze a) 15.25-inch x 27-inch Box, 12 inches high f. Class C Standard Meter Box 1) For use with services utilizing two 5/8-inch x 3/-inch or 3/-inch meters 2) Size a) 18-inch x 16-inch Box, 12 inches high 12. Meter Box Lid a. Cast Iron or Ductile Iron 1) Per ASTM A48, Class 30B or ductile iron per ASTM A536 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat eastings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industiy standards of il/16 inch per foot. 5) All castings will bear the Manufacturer's IS (nanle or logo) and Country of Origin. 6) Casting weights rnay vary �5 percent from drawing weight per industry standards. b. Plastic 1) Plastic meter lids not allowed to be installed within driveways. 2) The lid shall: a) Be modified polyethylene material with ultraviolet protection b) Seat securely and evenly inside the Meter Box and shall not overlap the top edge of the Meter Box c) Have a grid pattern for skid resistance d) Be solid through and rated for traffc loads e) Include'/z-inch rebar segments which can be utilized for location purposes 13, Horizontal Check Valve a. Equip 1'/Z-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if speciiied in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. 14. Serviee Marker a. 3 inch wide, 5 mil blue vinyl tape 36 2.3 ACCESSORIES [NOT US�D] 37 2.4 SOURC� QUALITY CONTROL 38 39 40 41 42 43 44 45 46 A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Qu inn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 07265 Revised July 1, 20ll 33 12 10 - 11 WATERSERVICES 1-INCHT02-INCH Page 1 I of 11 1 c. These tests will Ue the basis of acceptance or rejection of the remainder of the 2 shipment by the City. 3 3. The City reserves the right to select products at random for testing. The failui•e of 4 materials to confor�n to the applicable Specification may result in the rejection of 5 the entire shipment. 6 7 8 9 10 11 B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: , a. Manufacturei's name b. Type c. Size of Pipe 12 PART 3 - �XECUTION 13 3.1 INSTALLERS 14 A. A licensed plumber is required for installations on the outlet side of the service meter. 15 3.2 EXAMINATION [NOT USED] 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 3.3 PREPAI2ATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Liiies on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 3/-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap an.d service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill treuches in accordance with Section 33 OS 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and xeject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Qu inn Street STANDARD CON3TRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 33 12 ]0 - 12 WATER SERVICES l-INCH TO 2-INCH Page 12 of 12 b. Effectively seal tl�e open end of the pipe using a gasketed night cap. 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 C. Service Line Installation 1. Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Tngineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with nylon sleeved inserts for up to 2-inch. (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port tlu�ough which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Tnstall as shown on tl�e Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 29 2. Installation of Water Services 30 a. Install tap and Service Line in accordance with City Details. 31 b. Install meter box in accordance with City Details. 32 1) Adjustment of the Service Line to proper meter placement height shall be 33 considered as part of the Meter Box installation. 34 3. Trenching 35 a. Provide a trench width sufficiently wide to allow for 2 inches of granular 36 embedment on either side of the Service Line. 37 4.. Bored Services 38 a. Serviees shall be bored utilizing a pilot hole having a diameter'/a inch to 3/a 39 incl�es larger than the Service Line. 40 5. An angement 41 a. Arrange cozporation stops, branches, curb stops, meter spuds, meter boxes and 42 other associate appurtenances as shown in the City Detail, and to the approval 43 of the Engineer. 44 6. Service Marker 45 a. When Meter Box is not installed immediately subsequent to service installation: 46 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the 47 service and extending through the backfill approximately 6 inches above 48 ground at the Meter Box location. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Qu inn Street STANDARD CONSTRUCTtON SPECIFICATION DOCCTMENTS City Project No. 01265 Revised July I, 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 33 12 10 - 13 WATGR SERVICES I-iNCH TO 2-1NCH Page 13 of 13 b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trencll edge to at least 6 inches above ground to flag the tap location. 7. Coiporation stops a. Fully open corporation stop prioi� to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a nleter from the City inspector, install the meter. 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All sueh work on the outlet side of the service meter shall be perfonned by a licensed plumber. 3.S REPAIR / It�STORATION [NOT USED] 3.6 IZE-INSTALLATION [NOT USED] 3.7 FI�LD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION (NOT USED] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACH1HiVIENTS [NOT US�D] END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O08 CIP Contract SA Chtistine Avenue, Clu•istine Court & Qu inn Street STANDARD CONSTRUCTION SPECIFICATION D�CUMENTS City Project No. 01265 Revised July 1, 201 I 331220-1 RESILIENT SEATED (WL-DGG) GA"CE VALVL Page 1 of 3 1 2 SECTION 33 12 20 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL , 4 l.l SUMMA.RY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch tl�rough 48-inch for use with potable 7 water mains 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 14 15 1.2 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 11 10 — Ductile Iron Pipe PRIC� AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Gate Valve" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing Gate Valves with connections as specified in the Drawings b. Valve box c. Extension d. Valve vault and applu-tenances (for 16-inch and larger gate valves) e. Polyethylene encasement £ Pavement removal g. Excavation h. Hauling i. Disposal of excess material j. Furnishing, placement and compaction of embedment k. Furnishing, placement and compaction of backfill l. Clean-up m. Cleaning n. Disinfection o. Testing CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised Juty 1, 2011 33 l2 20 - 2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 3 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 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. American Association of State Highway and Transportation Officials (AASHTO). American Society of Mechanical Engineers (ASM�): a. B16.1, Gray Tron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). ASTM International (ASTM): a. A48, Standard Speciiication for Gray Iron Castings. b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d. A536, Standard Specification for Ductile Iron Castings. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. £ B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): a. C509, Resilient-Seated Gate Valves for Water Supply Service. b. C515, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. c. C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a, C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. Cl 11/A21.1 l, Rubber-Gasket Joints for Ductile-Tron Pressure Pipe and Fittings. c. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flauges. �. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 36 1.4 ADMTNTSTRATIVE REQUII2�M�NTS [NOT USED] 37 1.5 SITBMITTALS 38 A. Submittals shall be in accordance with Section O1 33 00. 39 B. All submittals shall be approved by the Engineer or the City prior to delivery. 40 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Product Data 1.3 REFEI2�NCES A. AUbreviations and Acronyms 1. NRS — Non Rising Stem 2. OS&Y — Outside Screw and Yoke B. Reference Standards 2 3 m � CTTY OF F'ORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Sd•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 l2 20 - 3 RESILiENT SEA'I'ED (\�EDGE} GATE VALVE Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 1.7 1 2. ij 4. 5. 6. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system supplied, including: a. Dimensions, weights, material list, and detailed drawings b. Joint type c. Maximum torque recommended by the manufacturer for the valve size Polyethylene encasement and tape a. Whether the film is liuear low density or high density cross linked polyethylene b. The thickness of the �lm provided Thrust Restraint, if required by contract Documents a. Retainer gla�ids b. Thrust harnesses c. Any other means Bolts and nuts for mechanical and flange joints Tnstructions for field repair of fusion bonded epoxy coating Gaskets B. Certificates 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet the provisions of this Section, each valve ineets Specificatioiis, all inspections have been made and that all tests have been performed in accordance with AW WA C509 or AWWA C515. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. CLOSEOUT SUBMITTALS (NOT USED] 23 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURA,NCE 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Qualifications 1. Manufacturers a. Valves 16-inch and larger shall be the product of 1 manufacturer for each project. 1) Change orders, specials and iield changes may be provided by a different nlanufacturer upon City approval. b. For valves less than 16-inch, valves of each size shall be the prodnct of 1 manufacturer, unless approved by the City. 1) Change orders, specials and field changes may ba provided by a different manufacturer upon City approval. c. Valves shall meet or exceed AWWA C509 or AWWA C515. d. Resilient Seated Gate Valves shall be new and the product of a manufacturex regularly engaged in the manufacturing of Resilient Seated Gate Valves having similar service and size. 1.10 DELIVERY, STORA.G�, AND I-IANDLING A. Storage and Handling Requirements CITY OF FORT WORTH 2O08 CIP Contract SA Ctuistine Avenue, Christine Cou�t & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July ], 2011 33 12 20 - 4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 4 1 l. 2 3 4 2. 5 6 3. 7 8 4. 9 5. 10 11 6. 12 Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. Protect all equipment and parts against any damage during a prolonged period at the site. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. Secure and maintain a location to stoi•e the material in accordance with Section O1 66 00. 13 1.11 I'IELD [SITE] CONDITION.S [NOT USED] 14 1.12 WARRANTY . 1S A. Manufacturer Warranty 16 1. Manufacturer's Warranty shall be in accordance with Division 1. 17 PART 2 - PRODUCTS 18 2.1 OWN�R-I'UI2NISIiED (oa] OWN�R-SUPPLT�D PRODUCTS [NOT USED] 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUIPMENT, PRODUCT TYP�S 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 Speciiication and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Description 1. Regulatoiy Requirements a. Valves shall be new and meet or exceed AWWA C509 or AWWA CS15 and shall meet or exceed the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI C111/A21.11, d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements � CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01265 Revised July 1, 2011 33 12 20 - 5 RESILIGNT SEATED (WEDGE) GATE VALVE Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2 � � e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement: Furnisli in accordance with Section 33 11 10. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b. The wedge (gate) far all valve sizes shall be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. Gate Valve Bolts and Nuts a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service (4-inch through 12-inch valves) b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non-buried service) Bolts and Nuts a. Mechanical Joints 1) High strength corrosion restraint low-carbon weathering steel in accordance with AWWAIANSI Cl 11/A21.1 l, and ASTM A242. 2) Cor-Blue coated with FluoroKote #1, or equal a) Coating shall conform to the performance requirements of ASTM B 117 for up to 4000 hours and shall include, if required, a certificate of conformance. b. Flanged Ends 1) Meet requirements of AWWA C509 and C515. 2) For buried and nou-buried applications, provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. 3) Spray bolts and nuts with anti-seize compound. 5. Joints a. Valves: flanged, or mechanical joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged-joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concrete cylinder pipe a) Use flange-joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints unless otherwise speciiied in the Contract Documents. 6. Operating Nuts a. Supply for buried service valves b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high c. Cast an arrow showing the direction of opening with the word "OPEN" on the operating nut base. d. To open, the operating nut shall be turned to the RIGHT (CLOCKVVISE) direction. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clvistine.Court & Quinn Street STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 20] 1 33 12 20 - 6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 � f. Coimect the operating nut to the shaft with a shear pin that prevents the nut fi�om transfei�ing torque to that shaft or the gear box that exceeds the manufacturer's recormnended torque. Furnish handwheel operators for non-buried service. 7. Gearing a. Gate valves that are 24 inch and larger: �quip with a spur gear. b. Bevel gears for horizontally mounted valves are not allowed. a The spur gear shall be designed and supplied by the manufacturer of the valve as an integral part of the gate valve. 8. Gaskets a. All rubber joint gaskets utilized on valves shall be in confornlance with AWWA/ANSI C111/A21.11. b, Flanged Gaskets 1) Full face 2) Manufactured true to shape from approved synthetic rubber stocic of a thickness not less than 1/16 inch 3) Virgin stock and conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11 4) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. 5) Frayed cut edges resulting from job site gasket fabrication are not acceptable. 6) Furnisli Viton� Rubber gaskets hydrocarbon restraint gaskets, where required. 25 2.3 ACCESSOItIE5 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. All gate valves shall have the following accessories provided as part of the gate valve installation; 2 3 A keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the gate valve is 3 feet or more beneath the surface of the ground. Extension Stems are: a. Not required on City stock orders b. Not to be bolted or attached to the valve-operating nut c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fittin� loosely enough to allow deflection Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in sufficient quantity for assembly of each joint. Cast Iron Valve Boxes: provide for bua-ied service gate valves, cast iron valve boxes and covers a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5'/a-inch shafts, screw type, consisting of a top section and a bottom section. b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List in attaehed in Section O1 60 00. c. Valve box covers shall be so designed that they can be easily removed to provide access to valve operating nut. d. Valve box covers must be designed to stay in position and resist damage under AASHTO HS 20 traffic loads. CITY OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION 3PECIFICATION DOCUMENTS City Project No. 01265 Revised J�ly 1, 2011 33 12 20 - 7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 7 1 e. Each cover shall be casted with the word "WATER" in raised letters on the 2 upper surFace. 3 f. Cast iron valve boxes and covers shall confoa-m to ASTM A48, Class 40. 4 g. Box extension material shall be AWWA C900 PVC or ductile iron. 5 2.4 SOURCL QUALITY CONTROL [NOT USED] 6 PART 3 - EX�CUTION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3.1 INSTALLERS [NOT USED] 3.2 �XAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. All valves shall be installed in vertical position when utilized in normal pipeline installation. 2. Valves shall be placed at line and grade as indicated on the Drawings. 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 3.5 R�PAII2/ItI+,STORA.TION [NOT USED] 3.6 RE-INSTA.LLATION [NOT USED) 3.7 I+IELD [oiz] SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to operate the valve. 2. The Operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve fi-om a fully closed to fully opened position. 3. If access and operation of the valve meet the City's criteria, then the valve will be accepted as installed. B. Non-Conforming Work 1. If access and operation of the valve does not meet the City's criteria, remedy the situation until the valve meets the City's criteria. CITY OF FORT WORTH 2O08 CIP Contract SA Cluistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 12 20 - 8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 8 1 3.8 SYST�M STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING (NOT USED] 4 3.11 CLOS�OUT ACTIVITTES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINT�NANC� [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 �ND Or S�CTION 9 Revision Log DATE NAME SUMMARY Or CHANGE 10 CITY OF FORT WORTH 2O08 CIP Contiact SA Christine Avenue, Christine Cou�t & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFICATTON bOCiJMENTS City Project No. O1265 Revised July i, 2011 33 12 25 - 1 CONNGCTION TO EXtSTING WATER MAINS Page 1 of 3 1 2 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS 3 PART1- GENERAL 4 l.l SUMMARY 5 A. Section Includes: 6 1. Connection to existing water mains to include, but not limited to: 7 a. Cutting in a tee for a branch connection 8 b. Extending from an existing water main 9 c. Performing in-line connections 10 d. Installing a tapping sleeve and valve i l B. Deviations from this City of Fort Worth Standard Speciiication 12 1. None. 13 14 15 16 17 18 19 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. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. 33 11 10 — Ductile Iron Pipe 20 1.2 PRIC� AND PAYMENT PROCElliJIt�S 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The wark performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe cotnplete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdowri of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couif & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prvject No. 01265 Revised July 1, 2011 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 3 1 2 3 4 S 6 7 8 9 10 ir 12 13 14 rs 16 17 18 19 20 a1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 3. Connection to an existing pressut7zed Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be pei• each counection completed. b. Payment 1) The worlc perfonned and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall iticlude all aspects of making the connection including, but not limited to: 1) Preparin�; submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notiiication 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFtCATION DOCLJMENTS City Project No. 01265 Revised July 1, 2011 33 12 2S - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 3 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 1.3 REFEIt�NC�S A. Reference Standards 2. 3 � 5. 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. American Society of Mechanical Engineers (ASME): a. B 16. l, Gray Iron Pipe Flanges azid Flanged Fittings Classes 25, 125 and 250) ASTM Inten�ational (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. c. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. d. A285, Standard Speciiication for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength. e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. D2000, Standard Classification System for Rubber Products in Automotive Applications. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Largex. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion-Bonded Epoxy Coating for the Tnterior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. Cl 11/A21.1 l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 29 6. NSF International (NSF): 30 a. 61, Drinking Water System Components — Health Effects. 31 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 32 (MSS): 33 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 34 1.4 ADMINISTRATNE REQUIREMENTS 35 A. Pre-installation Meetings 36 1. Required for any connections to an existing, pressurized 16-inch or larger City 37 water distribution system main that requires a shutdown of some part of the water 38 system 39 2. May also be required for connections that involve shutting water service off to 40 certain critical businesses 41 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time 42 for the work to occur. 43 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 12 ZS - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the conneetion to the existing systern. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger inains: a. During the period from November through April, unless otherwise approved by the City b. During nor�nlal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time aeceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 23 1.5 SUBMITTALS 24 A, Submittals shall be in accordance with Section 01 33 00. 25 B. All submittals shall be approved by the Engineer or the City prior to deliveiy and/or 26 fabrication for specials. 27 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data, if applicable 29 l. Tapping Sleeve noting the pressure rating and eoating system supplied including: 30 a. Dimensions, weights, material list, and detailed drawings 31 b. Maximum torque recommended by the manufacturer for the valve by size 32 33 34 35 36 37 38 39 40 41 42 43 B. Submittals 1. i'rovide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of explorato�y excavation b. Dewatering c. Procedure for connecting to the existing water main d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certiiicates, upon request, in accordance with AWWA C200. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Sh�eet STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 12 25 - 5 CONNECTION TO EX[STING WATER MAINS Page 5 of 5 1 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 2 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSUI2ANC� [NOT USED] 4 1.10 D�LIVERY, STORAGE, AND IIANDLING 5 A. Storage and Handling Requirements 6 1. Protect parts so that no damage or detarioration occurs during a prolonged delay 7 from the time of shipment until installation is completed. 8 2. Protect all equipment and parts against any damage during a pxolonged period at the 9 site. 10 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 11 built and securely bolted thereto. 12 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 13 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 14 extremes in temperature. 15 6. Secure and maintain a location to store the material in accordance with Section O1 16 66 00. 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WAI2RANTY 19 A. Manufacturer Warranty 20 1. Manufacturer's warranty shall be in accordance with Division 1. 21 PART 2 - PRODUCTS 22 2.1 OWNER-TUItNISHED [o�z] OWNER-SUPPLIED PRODUCTS [NOT USED] 23 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 24 A. Manufacturers 25 1. Only the manufacturers as listed by the City's Standard Products List will be 26 considered as shown in Section O1 60 00. 27 a. The manufacturer must comply with this Specification and related Sections. 28 2. Any product that is not listed on the Standard Products List is considered a 29 substitution and shall be submitted in accordance with Section Ol 25 00. 30 B. Description 31 l. Regulatory Requirements 32 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 33 this Specification. 34 b. All valve components in contact with potable water shall conform to the 35 requirements of NSF 61. 36 C. Tapping Sleeve Materials 37 l. Body CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn 3treet STANDARD CONSTRUCT[ON SPECIFICATION DOCUM�NTS City Project No. 01265 Revised July 1, 2011 33 12 2S - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 6 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWVJAIANSI C105/A21.5. 1) Polyethylene encasement shall be ir� accordance with Section 33 11 10. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B16.1 Class 125. b, Recessed for tapping valve per MSS SP-60 Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C207. 2) Provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. a) Spray bolts and nuts with anti-seize compound. Gaskets a. Nitrile Butadiene Rubber (NBR, Buna-N) per ASTM D2000 b. Bonded into cavity for internal and external retention c, Temperature range: -20 degrees F to +180 degrees P d. Suitable for water, oil, rnild acids, bases, and most (aliphatic) hydrocarbon fluids 5. Test Plug a. 3/-inch NPT carbon steel with square head and fusion bonded epoxy coating 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT US�D] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION 30 A. Verification of Conditions 31 1. Verify by exploratory excavation, if needed, that existing water main is as depicted 32 in the Drawings and that the lacation is suitable for a connection to the existing 33 water main. 34 a. Excavate and back�ll trench for the exploratory excavation in accordance with 35 33 OS 10. 36 2. Verify that all equipment and materials are available on—site prior to the shutdown 37 of the existing main. 38 3. Pipe lines shall be completed, tested and authorized for connection to the existing 39 system in accordance with Section 33 04 40. 2 3. � CITY OF FORT WORTH 2O08 CIP Contract SA Cluistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmject No. 01265 Revised July 1, 2011 33 12 25 - 7 CONNECTION TO EXI5TING WATER MA1NS Page 7 of 7 1 3.3 PR�PAIZATION [NOT USED] 2 3.4 INSTALLATION 3 A. General ' 4 1. Upon disruption of the existing water main, continue work until the connection is 5 complete and the existing water main is back in seivice, 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 B. Procedure 1. Expose the proposed connection point in accordance with Section 33 OS 10. 2. Dewater the existing water line so the chlorinated water zs not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the corulection or create a discharge of chlorinated water. 4. If a fish kill occurs associated with the constniction activities: a. Immediately alter activities to prevent further fish kills. b. Immediately notify Water Department. c. Collect and elassify fish in accordance with TCEQ requirements. d. Coordinate with City to properly notify TC�Q. e. Be responsible for fines assessed. 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 OS 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeline associated with the connection in accardance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re-pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves, C1TY OF FORT WORTH 2O08 CIP Conh�act SA Chiistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01265 Revised July 1, 2011 33 12 25 - 8 CONNECTION TO EXISTING WATER n4AINS Page 8 of 8 1 3.5 RCPAII2/I2ESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT US�D] 4 3.8 SYSTEM STARTUP [NOT US�D] 5 3.9 ADJUSTING (NOT US�D] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOS�OUT ACTIVITI�S [NOT US�D] 8 3.12 PROTECTTON [NOT USED) 9 3.13 MAINTENANC� [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01265 Revised July 1, 20l 1 33 12 40 - 1 DRY-BARREL PIRE HYDRAN"I'S Page 1 of 3 1 2 3 PART 1 - GENE1tAL 4 1.1 SUMMA.RY SECTION 33 12 40 DRY-BARREL FIRE HYDIZANTS 5 A. Section Includes: 6 1. Dry-barrel fire hydrants with Sll4-inch main valve for use with potable water maizis 7 B. Deviations from this City of Fort Worth Standard Speciiication 8 1. None. 9 10 11 12 13 14 15 16 17 18 1.2 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Specification 33 OS 10 — Utility Trench Excavation, Embedment and Backiill 4. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Speciiication 33 11 10 — Ductile Iron Pipe 6. Speciiication 33 11 11 — Ductile Iron Fittings 7. Speciiication 33 11 14 — Buried Steel Pipe and Fittings 8. Specification 33 12 20 — Resilient Seated Gate Valves PRIC� AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the each hydrant, complete in place. 2. Payment a. The work perforzned and materials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit prices bid per each "Fire Hydrant" installed. 3. The price bid shall include: a. Furnishing and installing Fire Hydrants with appurtenances as speciiied in the Drawings b. Dry-Barrel Fire Hydrant assembly from base to operating nut c. Extension barrel and stem d. Pavement Removal e. Excavation f. Freight, loading, unloading and handling g. Disposal of excess material h. Furnish, placement and compaction of embedment i. Furnish, placement and compaction of backfill j. Blocking, Braces and Rest k. Clean up l. Disinfection CITY OF FORT WORTH 2O08 CIP Contract SA Cfuistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECiF1CATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 33 12 40 - 2 DRY-BARREL FIRE HYDRANTS Page 2 of 3 1 m. Testing 2 1.3 REFEItENCES 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Definitions 1. Base: The lateral connection to the fire hydrant lead; also called a shoe B. Reference Standards l. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association (AWWA): a. C502, Dry-Barrel Fire Hydrants b. Manual of Water Supply Practices M17 (AWWA Manual M17) — Installation, Field Testing, and Maintenance of Fire Hydrants 3. NSF International a. 61, Drinking Water System Components — Health Effects 4. National Fire Protection Association (NFPA) a. 1963, Standard for Fire Hose Connections 5. Underwriters Laboratories, Inc. (UL) a. 246, Hydrants for Fire-Protection Service 6. Factory Mutual (FM) a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for Private Fire Service 22 1.4 ADMINISTRATIV� REQUII2EM�NTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section O1 33 00. 25 B. All submittals shall be approved by the Engineer or the City prior to construction. 26 1.6 ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS 27 28 29 30 31 32 33 34 35 A. Product Data 1. Dry-Barrel Fire Hydrant stating: a. Main valve opening size b. Nozzle arrangement and sizes c. Operating nut size d. Operating nut operating direction e. Working pressure rating f. Component assembly and materials g. Coatings and Finishes 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANC� 39 A. Qualifications 40 1. Manufacturers CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTiON SPECIFICATION DOCLIMENTS City Project No. 01265 Revised 7uly 1, 2011 33 12 40 - 3 DRY-BARREL FIRE HYDRANTS Page 3 of 3 1 2 3 4 5 � 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Dry-Barrel Fire Hydrants shall be in conforniance with AWWA C502, UL 246 and FM 1510. 1.10 D�LIV�RY, STORAG�, AND �IANDLING A. Storage and Handling Requirements l. Store and handle in accordance with the guidelines as stated in AWWA C502 and AWWA Manual M17. 2. Protect all parts so that no damage or deterioration will occur during a prolonged delay froin the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 7. Secure and maintain a location to store the material in accordance with Section O1 66 00. 22 1.11 FIELD CONDITIONS [NOT US�D] 23 1.12 WAJ:tItANTY 24 A. Manufacturer Warranty 25 1. Manufacturer's Warranty shall be in accordance with Division l. 26 PART 2 - PRODUCTS 27 2.1 OWNER-FUIZIVISHED [oR] OWNER-SUPPLI�DPRODUCTS [NOT USED] 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 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 Seciion Ol 25 00. 3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar service and size. B. Description 1. Regulatory Requirements CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPEC1FlCAT10N DOCUMENTS City Pinject No. 01265 Revised July l, 2011 33 12 40 - 4 DRY-SARREL FIRE HYDRANTS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 a. Dry-Barrel Fire Hydrant shall meet ot• exceed the latest revisions of AWWA C502 and shall meet or exceed the requirements of this Specification. b. All Dry-Ban�el Fire �-Iydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) �/$ inch at the top 2) Open by turning the operating nut to the right (clocicwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 5 �/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) 2 x 21l2-inch hose nozzles (1) 180 degrees apart b) 41/2-inch pump nozzle d. Hydrant Barrel Configuration 1) Upper bar�•el 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Exterision barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non-corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AWWA C502. 2. Dry-Barrel Fire Hydrant Assembly a. Internal parts 1) Threads a) Provide aperating thread designed to avoid metal such as iron or steel threads against iron or steel parts. CITY OF FORT WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS City Project No, 01265 Revised July 1, 2011 33 12 40 - 5 DRY-BARREL FiRE HYDftANTS Page 5 of 5 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 2� SteTll a} Stem Nuts (1) Provide bronze stem nuts. (a) Grades per AWWA C502 b) Where needed, stem shall be grooved and sealed with O-rings. 3. Provide crushed rock for placement around base conforming to Section 33 OS 10. F. Finishes 1. Primer Materials a. Furnish primer for Dry-Bai�rel Fire Hydrants in accordance with AWWA C502. 2. Finish Materials a. Dry-Barrel Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. (2) Silver coating in accordance with City of Fort Worth requirements b) Below grade (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. 2) Interior a) Interior coating for Dry-Baixel Fire Hydrants assemblies in accordance with AWWA CS02 2.3 ACCESSORIES A. Polyethylene Encaseinent 1. Provide polyethylene encasement in accordance with Section 33 11 10. B. Embedment 1. Provide crushed rock and filter fabric in accordance with Section 33 OS 10. 2.4 SOUR.CE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA C502. B. Markings 1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502. PART 3 - EXECUTION (NOT USED] 35 3.1 INSTALLERS [NOT USED] 36 3.2 EXA.MINATION [NOT USED] 37 3.3 PREPARATION [NOT USED] 38 3.4 INSTALLATION 39 A. General CI'I'Y OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project.No. 01265 Revised July 1, 2011 331240-6 DRY-BARREL FIRE HYDRANTS Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 1. Install in accordance with AWWA Manual of Water Supply Practice M17, manufacturer's recommendations and as shown on the Drawings. 2. Provide vertical installation with braces, rest and blocking in accordance with City Standard Details. 3. Excavate and backfill trenches in accordance with 33 OS 10. 4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 OS 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed z•ock with filtei• fabric to prevent dirt and debris from entering the fire hydrant. 5. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. 6. Install concreYe blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. 7, A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accordance with AWWA Manual of Water Supply Practice M17, to allow dt•ain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a minimum of 1 foot on all sides of the fire hydrant base. $. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. b. Fittings may be used along iire lead line to ensure minimum and maximum cover requirements are met. 24 3.5 REPAIR / R�STORATION [NOT USED] 25 3.6 ItE-INSTALLATION [NOT US�D] 26 3.7 FIELD CONTROL 27 28 29 30 31 32 33 34 35 36 37 38 A. Field Inspections 1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended witl� no deformation, leaking or damage of any kind for the pressure ranges indicated. 2. City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Departmeilt Staff shall have the opportunity to inspect and operate the hydrant, to ensure that the fire hydrant was installed in accordance with AWWA Manual of Water Su�ply Practice M17. This includes but is not limited to: a. Operation of Nozzles and operating nut are not obstructed. b. Drain valve is not obstructed or plugged 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the water line it's connected to is put in service. 39 B. Non-Conforming Work 40 1. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not 41 meet the criteria of the AWWA Manual of Water Supply Practice M17, the 42 Contractor will remedy the situation criteria, at the Contractor's expense. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn 3treet STANDARD CONSTRUCTTON SPECTFICATION DOCUMENTS City Ptbject No, 01265 Revised July 1, 2011 33 l2 40 - 7 DRY-BARREL FIRE HYDRANTS Page 7 of 7 1 3.8 SYSTEM STAI2TUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTLNANC� 7 3.14 ATTACHMENTS � E 10 END Or S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 012G5 Revised July 1, 2011 333115-1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SE�VER Page 1 of 3 1 2 SECTION 33 31 15 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER 3 PART 1 - GENEI2AL 4 l.l SITMMARY 5 A. Section Includes: 6 1. High Density Polyethylene (HDPE) pipe 8-inch and larger fot- the use in sanitary 7 sewer rehabilitation by pipe enlargement per Section 33 31 21 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 14 15 16 17 18 19 C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Foi7ns, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 01 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 Backiill 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 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 l. Measurement 23 a. This item is considered subsidiary to Sanitary Sewer Pipe Enlargement per 24 Section 33 31 21. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item are 27 subsidiary to the unit price bid per linear foot of Pipe Enlargement per Section 28 33 31 21, and no other compensation will be allowed. 29 1.3 RErEIZENCES 30 31 32 33 34 35 36 37 38 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 Speciizcation, unless a date is specifically cited. 2. ASTM International (ASTM): a. D3350, Standard Speciiication for Polyethylene Plastic Pipe and Fittings Materials. b. F2620, Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quimi Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 31 15 - 2 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEWER Page 2 of 3 1 1.4 ADMINISTRATIV� R�QUIREM�NTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section O1 33 00, 4 B. All submittals shall be approved by the Engineer or the City prior to deliveiy. 5 1.6 ACTION SUBMITTALS/INI�'ORMATIONAL SUI3MITTALS 6 A. Product Data 7 1. Gravity pipe 8 2. Manufacturer 9 3. Nominal pipe diameter 10 4. Pressure Rating 11 5. Standard Dimension ratio (SDR) 12 6. Cell classification 13 7. Laying lengtl�s 14 B. Certificates 15 1. Furnish an affidavit certifying tliat all HDPE gravity pipe meets the provisions of 16 this Section and has been tested and meets the requii•ements of ASTM standards as 17 listed herein. 18 1.7 CLOSEOUT SiTBMITTALS [NOT US�D] 19 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT US�D] 20 1.9 QUALITY ASSIJItANC� 21 A. Qualifications 22 l. Manufacturers 23 a. Finished pipe shall be the product of 1 manufacturer for each size, unless 24 otherwise specified by the City. 25 1) Change orders, specials and iield changes may be provided by a different 26 manufacturer upon City approval. 27 b. Pipe manufacturing operations shall be performed under the control of the 28 manufacturer. 29 c. All pipe furnished shall be in conformance with and ASTM D3350. 30 1.10 D�LIVERY, STORAG�, AND IIAIVDLING 31 A. Storage and Handling Requirements 32 1. Pipe and iittings shall be transported, stored and handled in accordance with the 33 manufacturer's guidelines. 34 2. Secure and maintain a location to store the material in accordance with 35 Section O1 66 00. CITY OF FORT WORTH 2O08 CIP Contract SA Chi7stine Avenue, Christine Court & Quinn Sh�eet STANDARD CONSTItUCTION SPECIFICATION DOCIJMENTS City Project No, 01265 Revised July 1, 201 I 33 31 15 - 3 HIGH DENSITY POLYETHYLENE (HDPE) PIPE FOR SANITARY SEINER Page 3 of 3 l.11 rIELD [SITE] CONDITIONS [NOT US�D] 2 1.12 WA,I2IZANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWN�R-FURNISHED (o�] OWN�R-SUPPLI�D PRODUCTS [NOT USED] 5 2.2 EQUIPMENT, PRODUCT TYPES AND MAT�RIALS 6 A. Manufacturers 7 1. Only the manufacturers as listed in the City's Standard Products List will be 8 considered as shown in Section O1 60 00. 9 a. The manufacturer must coinply with this Speciiication and related Sections. 10 2. Any product that is not listed on the Standard Products List is considered a 11 substitution and shall be submitted in accordance with Section Ol 25 00. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 B. Materials 1 2. Pipe and Fiitings 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 larger/deeper than 10 percent of the wall thickness shall not be used and shall be removed from the construction site. d. Pipe and fittings shall be uniform in color, opacity, density and other physical properties. 1) Pipe and fitiings not nleeting these criteria will be rejected. e. Pipe Markings 1) Meet the minimum requiraments of ASTM D3350. 2) Minimum pipe markings shall be as follows: a) Marking intervals shall be at 6-inch 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 veriiied the suitability of the pipe Connections a. Use only manufactured fittings. b. See Section 33 31 50. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 33 31 IS - 4 HIGFi bENS17'Y POLYE7'HYLENE (HDPE) PIPE FOR SANITARY SEWER Page 4 of 4 1 3. Detectable Metallic Tape 2 a. See Section 33 05 26. 3 4. Polyethylene Repair Clamp 4 a. Smith-Blair Full Circle Clamp Style 228 or 263. 5 2.3 ACCESSOItIES [NOT US�D] 6 2.4 SOURCE QUALTTY CONTROL [NOT USED] 7 PART 3 - �X�CUTION 8 3.1 INSTALL�RS [NOT US�D] 9 3.2 E�AMINATION [NOT US�D] 10 3.3 PREPAT2ATION [NOT USED] 11 3.4 INSTALLATION 12 A. General 13 1. Install pipe, iittings, specials and appurtenances as specified herein, as specified in 14 Section 33 31 21, and in accordanee with the pipe manufacturer's 15 recommendations. 16 2. Lay pipe to the lines and grades as indicated in the Drawings. 17 3. If applicable excavate and baek�ll trenches in aceordanee with Section 33 OS 10. 18 B. Pipe Handling 19 1. Haul and distribute pipe and fittings at the project site. 20 2. Handle piping with care to avoid damage. 21 a, Inspect each joint of pipe and reject or repair any damaged pipe prior to 22 lowering into the trench. 23 b. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Pipe Joining 30 a. Join pipe in accordance with ASTM F2620. 31 b. Operators must be certified by the manufacturer to use the fusion equipment. 32 c. Follow the time and temperature recommendations of the manufacturer. 33 d. Joints shall be stronger than tlie pipe itself, be properly aligned and contain no 34 gaps or voids. 35 e. Remove bead projection on the outside of the pipe to reduce dra� during pipe 36 installation process. 37 D. Connection Installation 38 l. See Section 33 31 50. 39 E. Detectable Metallic Tape Installation CITY OF FORT WORTH 2O08 CIP Contraet SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTtON SPECIFICATtON DOCUMENTS City Project No. 01265 Revised July 1, 2011 333115-5 H1GH DENSITY POLYE7�HYLENE (HDPE) P1YE FOR SANITARY SEIVER Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 1. See Section 33 OS 26. 3.5 REPAIR / RESTORATION [NOT US�D] 3.6 RE-INSTALLATION [NOT USEll) 3.7 FIELD (ox] 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 Ol 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 US�D] 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [N(7T USED] 3.13 MAINT�NANCE (NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANAARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 l 333t20-t POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SGWER P1PG Page I of 3 i 2 SECTION 33 31 20 POLYVINYL CHLORIDE (PVC) GitAVITY SANITARY SEWER PIPE 3 PART 1 - GEN�I2AI. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 14 15 16 17 18 C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Fornis, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 Ol 30 — Sewer and Manhole Testing 4. Section 33 O1 31 — Closed Circuit Television (CCTV) Inspection 5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 OS 26 — Utility Markers/Locators 7. Section 33 31 50 — Sanitary Sewer Seivice Connections and Service Line 19 1.2 PRIC� AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measua�ement and Payment l. Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2 � Payment a. The work perfoimed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths, for miscellaneous projects only The price bid shall inelude: a. Furnishing and installing PVC gravity pipe witlz joints as speciiied by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placement and compaction of embedment g. Furnishing, placeinent and compaction of backfill CITY OF FORT WORTH 2O08 CIP Contract SA Ctuistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS City Pcoject No. 01265 Revised July 1, 2011 333120-2 POLYV]NYL CHLORTDE (PVC) GRAVITY SANTTARY SEWER PIPE Page 2 of 3 1 h. Clay Dams 2 i. Clean-up 3 j. Cleaning 4 k. Testing 5 1.3 REI'ERENCES 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 A. Reference Standar•ds 1. Reference standards cited in this Specification refer to the current reference standard publislled at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Speciiication for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. c, D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): a, Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. b, Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe. c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 — Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (UL). 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals shall be in accordance with Section Ol 33 00. 32 B. All submittals shall be approved by the Engineer or the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Product Data 35 1. Product data sheet 36 2. Manufacturer 37 3. Nominal pipe diameter 38 4. Standard dimension ratio (SDR) 39 5. Cell classification 40 6. Laying lengths 41 B. Certiiicates CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCiTMENT3 City Project No. 01265 Revised Juty 1, 20t 1 333120-3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWGR PIPE Page 3 of 3 1 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of 2 this Section and has been air and deflection tested and meets the requireanents of 3 ASTM D3034 and ASTM F679. 4 1.7 CLOS�OUT SUBMITTALS [NOT USED] 5 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 6 19 QUALITY ASSUItAIVCE 7 A. Qualifications 8 l. Manufacturers 9 a. Finished pipe shall be the product of 1 manufacturer for each size per proj ect, 10 unless otherwise approved by the City. 11 1) Change orders, specials and field changes may be provided by a different 12 manufacturer upon City approval. 13 b. Pipe manufacturing operations shall be performed under the control of the 14 manufacturer. 15 c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 16 15-inch) and ASTM F679 (18-inch through 27-inch). 1'1 1.10 DELIVERY, STORAGE, AND �IANDLING 18 A. Storage and Handling Requirements 19 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 20 guidelines. 21 2. Secure and maintain a location to store the material in accordance with 22 Section Ol 66 00. 23 1.11 FIELD (SITE] CONDITIONS [NOT USED] 24 1.12 WAItItANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYP�S .AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed in the City's Standard Products List will be 30 considered as shown in Section O1 60 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section O1 25 00. 34 B. Performance / Design Criteria 35 l. Pipe 36 a. Meet all requirements of TCEQ. 37 b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 35/26 33 and ASTM F679 for 18-inch through 27-inch 46PS/115PS. 39 c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. C1TY OF FORT WORTH 2O08 CIP Contrac[ SA Christine Avenue, Ctu•istine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0 t265 Revised July I, 2011 33 31 20 - 4 POLYVINYL CHLORIDE (PVC) GRAVtTY SANITARY SEWER PIPE Page 4 of 4 1 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or 2 closure pieces necessary to comply with the Drawings. 3 e. Use green coloring for ground identification as sanitary sewer pipe. 4 £ PVC meeting the requirements of ASTM D17�4, with a cell classification of 5 12454 or 12364 6 g. Deflection Design 7 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 8 2) Design pipe according to the Modiiied Iowa Formula as detailed by the 9 Uni-Bell PVC Pipe Association in the Handboolc of PVC Pipe, using the 10 following parameters: 11 a) Unit Weight of Fill (w) = 130 pounds per cubic foot 12 b) Live Load = AASHTO HS 20 13 c) Trench Deptli = 12 feet minimum, or as indicated in Drawings 14 d) Maximum (E') = 1,000 max 1S e) Deflection Lag Factor (DL) = 1.0 16 � Bedding Factor constant (K) = 0.1 17 g) Mean radius of the pipe (r), inches, as indicated in Drawings 18 h) Mat•ston's load per unit length (W), pounds per inch, calculate per 19 Drawings 20 i) PVC modulus of elasticity (E) = 400,000 psi 21 j) Molnent of inertia of pipe wall per unit length, (I) � t3/12, (in4/in), per 22 pipe type and size 23 (1) Where (t) = pipe thickness, inches 24 k) Maximum Calculated Deflection = 5 percent 25 h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds 26 per cubic foot) with at least 1%z pipe diameters of cover, pipe is generally not 27 subject to flotation, If shallower, check groundwater flotation potential. 28 Flotation will occur ii 29 30 31 32 33 34 35 36 37 38 39 40 41 42 F�>Wp+Wf+Wd i. J• k. Where: F�, = buoyant force, pound per foot W�, = empty pipe weight, pound per foot Wf = weight of flooded soil, pound per foot W� = weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site speciiic 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. 43 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance 44 with ASTM D2412. 45 3. Pipe markings 46 a. Meet the minimum requirements of AST'M D3034 and ASTM F679. 47 b. Minimum pipe markin�s shall be as follows: 48 1) Manufacturer's Narne or Trademarlc and production record 49 2) Nominal pipe size CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quinn 3treet STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City 1'roject No. 01265 Revised July 1, 201 ] 333120-5 POLYVINYL CHLORIDE (PVC) GRAVI"I'Y SANITARY SEWER PiPE Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 3) PVC cell classification 4) ASTM or Standard Diuiension Ratio (SDR) designation 5) Seal of testing agency that verified the suitability of the pipe 4. Joints a. Joints shall Ue gasket, bell and spigot, push-on type conforming to ASTM D3212. b. Since each pipe manufacturer has a diffez-ent design for push-on joints; gaskets shall be part of a complete pipe section and purchased as such. 5. Connections a. Only use manufactured fittuigs. b. See Section 33 31 50. 6. Detectable Metallic Tape a. See Section 33 OS 26. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURC� QUALITY CONTROL [NOT USED] 16 PA.RT 3 - EXECUTION 17 3.1 INSTALLERS [NOT USEDJ 18 3.2 �XAMINATION [NOT USED] 19 3.3 PREPAItATION [NOT USED] � 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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 backfill 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 iittings 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. ICeep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 1 2 3 4 5 6 � 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 333120-6 POLYVINYL CHLORIDE (PVC) GRAVITY SANTTARY SEWER PIPE Page 6 oF 6 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marlcing on each joint are oriented upward toward the trench opening. ci. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation l. See Section 33 31 50. E. Detectable Metallic Tape Installation 1. See Section 33 OS 26. 3.5 ItEPAIR / RESTORATION [NOT US�D] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oa] 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 Ol 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING (NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OI' SECTION Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 333123-i SANITARY SEWER PIPE ENLARGEMENT Page 1 of 3 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 33 31 23 SANITARY SEWER PIPE ENLARGEMENT 5 A. Section Includes: 6 1. Requirements to rehabilitate existing sanitary sewers by the pipe enlargement 7 system, herein called Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing) 8 a. This system includes splitting or bursting the existing pipe to install a new 9 polyethylene pipe a»d reconnect existing sewer service connections. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Speciiication Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1— General Requireinents 16 3. Section 33 O1 30 — Sewer and Manhole Testing 17 4. Section 33 Ol 31 — Closed Circuit Television Inspection 18 5. Section 33 03 10 — Bypass Putnping of Existing Sewer Systems 19 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 31 15 — HDPE Pipe for Sanitary Sewers 21 8. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 22 9. Section 33 39 10 — Cast-in-Place Conerete Manholes 23 1.2 PRIC� AND PAYMENT PROCEDUItES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Pipe Installation by Pipe Enlaz�gement 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 Enlargement" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pipe as speeified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Launching pit 6} Receiving pit CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 3l 23 - 2 3ANITARY SEWER PIPE ENLARGEMENT Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 � 7) Bypass Pumping for pipes smaller than 18-inches 8) Disposal of excess material 9) Furnishing, placement and compaction of backiill 10) Clean-up 11) Cleaning 12) Testing Point Repair a. Measurement 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 work pel�formed 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 "Point Repair" installed for: a) Various sizes c, The price bid shall include: 1) Furnishing and installing pipe as specified 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 back�ll 9) Clean-up 10) Cleaning 11) Testing 3. Service Reinstatement, Pipe Enlargement a. Measurement 1) Measurement for this Item sliall be per each service to be reinstated. 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 "Service Reinstatement, Pipe Enlargement". 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 7) Bypass Pumping for pipes smaller than 18-inches 8} Disposal of excess material 9) Furnishing, placement and compaction of backiill 10) Clean-up 11) Cleaning 12) Testing CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christina Court & Qoinn Street STANDARD CONSTRUCTION SPECIFiCAT10N DOCUMBNTS City Project No. 01265 Revised July 1, 2011 333123-3 SANITARY SEWER PIPE ENLARGEMENT Page 3 of 3 1.3 REr�ItENCES 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 A. Abbreviations and Acronyms 1. HDPE — High Density Polyethylene 2. CCTV — Closed Circuit Television B. Deiinitions 1. Pipe Bursting/Crushing a. The reconstruction of gravity sewer pipe by installing an approved pipe material by use of a static, ]Zydraulic or pneumatic hammer "moling" device, suitably sized to break 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. c. The replacement pipe is either pulled or pushed into the bore. d. The method allows for replacement ofpipe sizes from 8-inches tluough 21- inches and/or upsizing in varying increments up to 21-inches. C. Reference Standards 1. Reference standards cited in this Speciiication refer to the curi•ent reference standard published at the time of the latest revision date logged at ihe end of this Speci%cation, unless a date is speciiically cited. 2. American Society for Testing and Materials (ASTM): a. D 1248 Speciiications for Polyethylene Plastic Molding and Extension Materials b. D1693 Test for Environmental Stress-Cracking of Ethylene Plastics c. D2122 Detei7nining 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 f. F714 Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter (3" IPS and Larger) 3. City of Fort Worth Code of Ordinances a. Part II, Chapter 23 Offenses and Miscellaneous Provisions, Section 8 Noise 3l 1.4 ADMINISTRATIVE R�QUIItEMENTS 32 33 34 A. Coordination 1. Coordinate with City, Engineer, franchise utilities, etc. as described 'zn the Drawings. 35 2. Provide advanced notice prior to commencing actual pipe enlargement activities, as 36 described in the Drawings, in order to allow the City to provide appropriate 37 advanced notice to affected residents. 38 3. Review the location and number• of insertion or access pits with the City Inspector 39 prior to excavation. 40 B. Sequencing 41 1. Provide a bypass pumping plau, when required, detailing collection and discharge 42 locations and method of bypass pumping in accordance with Section 33 03 10, prior 43 to the start of construction. CITY OF FORT WORTH 2O08 CIP Cont��act SA Christine Avenue, Christine Court & Quinn St�•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Piroject No. 01265 Revised July I, 2011 33 31 23 - 4 SANITARY SEWER PIPE ENLARGEMBNT Page 4 of 4 1 2. Provide a phasing plan with the sequence of construction prior to the start of 2 construction. 3 1.5 SURMITTALS 4 A. Submittals shall be in accordance with Section O1 33 00. 5 B. All submittals shall be approved by the Engineer or the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A, Special Procedure Submittals 8 1. Provide a bypass pumping plan when required by Contract Documents in 9 accordance with Section 33 03 10. 10 2. Provide a phasing plan with the sequence of construction prior to the start of 11 constiuction. 12 1.7 CLOS�OUT SUBMITTALS 13 A, Record Documentation 14 1. Provide Closed Circuit Television inspection reports in accordance with Section 33 15 O1 31. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 17 1.9 QUALITY ASSLTI2ANC� 18 A. Qualifications 19 1. The Contractor shall be certiiied by the pai�ticular Pipe Enlargement system 20 manufacturer that such firm is a licensed installer of their system. No other Pipe 21 Enlargement system other than those listed in these Specifications is acceptable. 22 2. The Contractor shall be able to show that the personnel directly involved with the 23 Pipe Enlargement have adequate experience with similar work. 24 B. Pre-construction and Post-construction Testing 25 1. Provide Pre-construction and Post-construction Closed Circuit Television (CCTV) 26 Inspection of the pipeline to be replaced and/or enlarged in accordance with Section 27 33 O1 31. 28 1.10 DELIV�RY, STORAGE, AND IiANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WAI2RANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER-FURNISH�D [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 33 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 34 A. Manufacturers 35 1. Only the manufacturers as listed on the City's Standard Products List will be 36 considered as shown in Section 01 60 00. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Chiistine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01265 Revised July ], 2011 33 31 23 - 5 SANITARY SEWER PIPE ENLARGEMENT Page 5 of 5 1 a. The manufactui•er must comply with this Specification and related Sections. 2 1. Any product that is not listed on the Standard Products List is considered a 3 substitution and shall be submitted in accordance with Section Ol 25 00, 4 5 6 7 8 9 10 11 12 B. Materials 1. HllPE Pipe a. The pipe and fitting material shall conform to Section 33 31 15. 2. Seivice Saddles a. Conform to Section 33 31 50. 3. Repair Clamp a. Confonn to Section 33 31 15. 4. Manhole Inverts and Benches a. Inverts and benches requiring replacement shall conform to Section 33 39 10. 13 2.3 ACCESSORIES [NOT US�D] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EX�CUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION Is 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. Verification of Conditions 1. Provide Pre-Constzuction Closed Circuit Television (CCTV) Inspection of the pipeline to be replaced/enlarged in conforn�ance with Section 33 Ol 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 obstructions 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. ' 36 3.3 PREPARATION 37 A. Bypassing Sewage 3g l. Bypass pump sewage in accordance with Section 33 03 10. 39 B. Line Obstructions 40 1. If identiiied in the CCTV inspection, remove line obstruction. CITY OF FORT WORTH 2O08 CIP Contract SA C}uistine Avenue, Christine Court & Quitm Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 333123-6 SANITARY SEWER PIPE ENLARGEMENT Page 6 of 6 1 2 3 4 5 6 7 a. Removal of obstruction is considered subsidiary to CCTV inspection. C. Point Repairs 1. Perform point repair as identified on the Drawings or at the discretion of the City. This may include: 1) Pipe replacement 2) Digging a sag elimination pit and bringing the bottom of the pipe trench to a uniform grade in line with the existing pipe invert 8 3.4 INSTALLATION 9 A. Site Organization 10 1. Locate insertion or access pits such that their total number will be minimized and 11 the length of replacement pipe installed in a single pull shall be maximized. 12 2. Use existing i�lanholes wherever practical. 13 a. Manhole inverts and bottoms may be removed to permit access for installation 14 equipment. 15 3. Locate equipment used to perform the worlc away from buildings so as not to create 16 a noise impact. Conform to City of Fort Worth Code of Ordinances, Part II, Section 17 23-8. 18 a. Provide silencers or other devices to reduce machine noise as needed to meet 19 requirements. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 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 over the entire length of each pipe segment from matihole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thicicness, pipe separation and other deformities. 2. Carefully 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 specified 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 back bead made while applying the proper melt, pressure and alignment. 4. It shall be the sole responsibility of the Contractor to provide an acceptable butt- fusion joint. 5. Make all joints available for inspection by the Engineer before insertion. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn SU�eet STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS City Pinject No. 01265 Revised July 1, 20l 1 33 31 23 - 7 SANITARY SEWER PIPE ENLARGEMENT Page 7 of 7 1 6. 2 3 4 5 7. 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 Join the replacement pipe on site in appropriate working lengths near the insertion pit. a. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any 1 time shall be 6001inear feet. 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 1. Install new pipe in accoi•dance with the manufacturer's recommendations. F. Anchoring New Pipe and Sealing Manholes 1. After the new pipe lias been installed in the entire length of the sewer section, anchor the pipe at inanholes. a. The new pipe shall protrude in the manholes for enough distance to allow sealing and trirnming (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. 24 H. Rescue 25 1. The cost for rescue of static, hydraulic or pneumatic hammer "moling" devices or 26 modified boring "knives" that become stuck or excessively buried and require 27 additional excavation to retrieve shall be the sole responsibility of the Contractor. 28 I. Surface Restoration 29 1. Any damage caused to paving st�uctures or any other surface fracture resulting 30 from the pipe enlargement shall be repaired or replaced to the same condition, or 31 better, at the expense of the Contractor. 32 3.5 REPAIR /12ESTORATION [NOT USEDJ 33 3.6 RE-INSTALLATION [NOT USED] 34 3.7 FIELD [oR] SITE QUALITY CONTROL 35 A. Post-Construction Closed Circuit Television (CCTV) Inspection 36 l. Video Inspection 37 a. Conduct a Post-Constiuetion CCTV Inspection in aecordanee with Section 33 3g Ol 31. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 31 23 - 8 SANITARY SEWER PIPE ENLARGEMENT Page 8 of 8 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CL�ANING [NOT USED] 4 3.11 CLOS�OUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT US�D] 6 3.13 MAINTENANC� [NOT US�D] 7 3.14 ATTACHMENTS [NOT USED] 8 9 �ND OF S�CTION CITY OF FORT WORTH 2O08 CIP Conti�act SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECTFTCATION DOCUMENTS City Project No. 01265 Revised July I, 2011 33 3I 23 - 9 SANtTARY SEWER P1PE ENLARGEMENT Page 9 of 9 1 2 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O08 CIP Contiact SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 31 50 - i SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 3 1 2 S�CTION 33 31 50 SANITARY SEWER SERVICE CONNECTIONS AND LINE 3 PART1- GENERAL 4 1.1 Si7MMARY 5 6 7 8 9 10 11 12 13 14 A. Section Includes: 1. Sanitary sewer service connection, service line and 2-way cleanout from the main to the right-of-way, as shown on the Drawings, directed by the Engineer and specified herein for: a. New Service b. New Service (Bored) c. Private Service Relocation d. Sez-vice Reinstatement B. Deviations from this City of Fort Worth Standard Specification l. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms and Condiiions of the Contract 17 2. Division 1— General Requirements 18 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backiill 19 4. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 20 1.2 PRIC� AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Pa}nnent l. New Service a. Measurement 1) Measurement for this Item shall be per each "Sewer Service" complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as speciiied by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) rittings 8) 2-way cleanout 9) Furnishing, placing and compaction of embedment 10) Furnishing, placing and compaction of backfill 11) Clean-up CITY OF FORT WORTH 2O08 CIP Conkract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 33 31 50 - 2 SANITARY SEWER SERVICE CONNECTiONS AND SERViCE L[NE Page 2 of 3 1 2 3 4 S 6 7 S 9 10 11 l2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 2. New Ductile Iron Service a. Measurement 1) Measurement for this Item shall be per each "DIP Sewer Se�vice" complete in place. b. Fayment 1) The worlc performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "DIP Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New DIP Sanitary Sewer Service Li1ie as specified by the Drawings 2) Paveinent removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee corulection 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 3. Bored Sewer Service a. Measurement 1) Measurement for, this Item shall Ue per each "Bored Sewer Service" complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall 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 connection to main 7) Service Line 8) Fittings 9) 2-way cleanout 10) Furnishing, placing and compaction of embedment and backfll 11) Clean-up 4. Deep Sewer Service a. Measurement 1) Measttrement for this Item shall be per each "Deep Sewer Service" complete in place. C]TY OF FORT WORTH 2O08 CIP Conh•act SA Chris tine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCi7MENTS City Project No. 01265 Revised July l, 2011 333150-3 SANITARY SEWER SERViCE CONNECTIONS AND SERVICE LINE Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 b. Payment 1) The wark perfonned and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each new "Deep Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Furnishing and installing Deep Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connectiou to main 7) Service Line 8) Fittings 9) 2-way cleanout 10) Furnishing, placing and compaction of embedment and backiill 11) Clean-up 5. Private Service Relocation a. Measureznent 1) Measured horizontally along the surface from center line to center line of the iitting, 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 backiill 9) Clean-up 6. 2-way Cleanout a. Measurement 1) Measurement for tlus Item shall be per each when only a"2-way Cleanout" is installed. b. Payment 1) The work performed aud the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" installed for: a) Various sizes CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPBCIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 333150-4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICG LINE Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 aa 2S 26 27 28 7 b) Various materials c. The price bid shall include: 1) Ftu�ishing a11d installing tlle 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 Service Reinstatement a, Measurement 1) Measurement for this Item shall be per each Reinstatement of Service associated with the sewer main being rehabilitated by a trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this item and measured as provided under "Measurement" will be paid for at the unit price bid per each reinstatement of service for: a) Various sizes c. The price bid shall include: 1) Tap to existing main (if 1•equired) 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service line (if required) 8) Fittings 9) Furnishing, placing and compaction of embedment and backfill 10) Clean-up 29 1.3 REFERENCES 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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, fittings 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 materials would inchide service line, iittings and cleanout. 3. Deep Service (See Detail SAN-012) a. Deep service applies to the installation of a service to a new or existing sewer main where a difference of at least 15 feet exists between the finished grade and the top of the sewer main. b. The service materials would include service line, fittings and cleanout. 4. Private Service Relocation , a. Private service relocation applies to the replacement of the existing sewer service line on private property typically associated with the relocation of the existing main. b. Typical main relocation will be from a rear lot easement or alley to the street. CITY OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 City Project No, 01265 Revised July l, 2011 333150-5 SANiTARY SEWER SERVICE CONNECT[ONS AND SGRVICE LINE Page 5 of 5 1 5, Service Reinstatement 2 a. Service reinstatement applies to the reconnection of an existing service to an 3 existing main that has been rehabilitated by trenchless methods such as pipe 4 enlargement (pipe bursting), slip lining or CIPP. 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard pubiished at the time of the latest revision date logged at the end of this 8 Specificatiou, unless a date is specifically cited. 9 2. ASTM International (ASTM): 10 a. ASTM D3034 Standard Speciiication for Type PSM Poly (Vinyl Chloride) ll (PVC) Sewer Pipe and Fittings 12 b. ASTM D1785 Standard Speciiication for Poly (Vinyl Chlorida) (PVC) Plastic 13 Pipe, Schedules 40, 80 and 12(�. 14 c. ASTM D2321 Standard Practice for Underground Installation of Thennoplastic 15 Pipe for Sewers and Other Gravity-Flow Applications 16 d. ASTM D2412 Standard Test Method for Determination of External Loading 17 Characteristics of Plastic Pipe by Parallel-Plate Loading 18 e. ASTM D3212 Standard Speciiication for Joints for Drain and Sewer Plastic 19 Pipes Using Flexible Elastomeric Seals 20 3. Texas Commission on Environmental Quality 21 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying 22 Pipe and Rule 23 b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 — Mar�ioles and Related 24 Structures 25 1.4 ADMINISTRATIV� REQUIIZEMENTS 26 A. Scheduling 27 1. Provide advance notice for seivice interruption to property owner and meet 28 requirements of Division 0. 29 1.S SUBMITTALS 30 A. Submittals shall be in accordance with Section Ol 33 00. 31 B. All submittals shall be approved by the Engineer or the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product data shall include, if applicable: 34 1. Tee connection or saddle 35 2. Fittings (including type of cleanout) 36 3. Service line 37 B. Certificaies 38 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 39 this Section. CITY OF FORT WORTH 2O08 CIP Contract SA Chiistine Avenue, Christine Court & Quinn 3treet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 33 31 50 - G SANITARY SEWER SERVIC� CONNECTIONS AND SERVICE LINE Page 6 of 6 1 1.7 CLOS�OUT SUBMITTALS [NOT USED] 2 1.8 IVIAINTENANC� MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSIJI2ANCI+� [NOT US�D] 4 1.10 D�LIVERY, STORAGE, AND HANDLING 5 6 7 8 9 10 11 12 13 14 15 16 17 18 A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance 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. Prevent plastic and similar brittle items froin being directly exposed to sunlight or extremes in temperature. 5. Secure and maintain a location to store the material in accordance with Section O1 66 00. 1.11 TIELD [SIT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT US�D] 19 PART 2 - PRODUCTS 20 2.1 OWNER-FUI2NISHED [NOT USED] 21 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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 ihe Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. The services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of services and appurtenances having similar service and size. B. Materials/Design Criteria 1. Service Line and Fittings (including tee connections) a. PVC pipe and fittings on public property shall be in accordance with Section 33 31 20. b. PVC pipe and fittings on private property shall be Schedule 40 in accordance with ASTM D1785. 2. Service saddle a. Seivice saddles shall only be allowed when connecting a new service to an existing sanitary sewer main and shall: C1TY OF FORT WORTH 2O08 CTP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01265 Revised July 1, 2011 333150-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 2.3 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with neoprene gasket for seal against main 2) Use saddle to iit 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 comiections may be used, 3. Cleanout a. Cleanout stack should be the same material as the service line, except when DI pipe is being used. b. Use cast iron cap for cleanout cover. 4. Coupling a. For connections between new PVC pipe stub out and existing service line, use flexible adapter coupling consisting of neoprene gasket and stainless steel shear rings with 2-inch stainless steel band clamps. ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3- EXECUTION [NOT US�D] 18 3.1 INSTALLERS 19 A. A licensed plumber is required for installations of the seivice line on private property. 20 3.2 EXAMINATION [NOT USED] 21 3.3 22 3.4 PREPAItATION [NOT USED] INSTALLATION 23 A. General 24 l. Install service line, fittings and cleanout as speciiied herein, as speciiied in 5ection 25 33 OS 10 and in accordance with the pipe manufacturer's recommendations. 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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. Service Line l. Lay service line at a minimum grade of 2 percent, as shown on details SAN-Ol 1 and SAN-Ol lA or at lines and grades as indicated in the Drawings. 2. If service line is installed by bore as an alternative to open cut the cost associated with open cut installation such as pavement removal, trenching, embedment and backfill and pavement patch will not be included as part of the bore installation. 3. Excavate and backfill trenches in accordance with 33 OS 10. 4. Embed PVC Pipe in accordance with 33 OS 10. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clu•istine Court & Quinn Street STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 33 31 50 - 8 SANITAI2Y SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 8 D. Cleanout 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 1. Install out of traffic areas such as driveways, streets and sidewalks whenever possible. a. When not possible, install cast iron cleanout stack and cap. 2. Install 2-way cleanout in non-paved areas in accordance with Detail SAN-011. 3. Install 2-way cleanout in paved areas in accordance with Detail SAN-011A. E. Service line connection to main 1. New seivice on new or replacement rnain a. Determine location of service connectioiis before main installation so the sei-vice iittings can be installed during main installation. b. Connect service line to main with a molded or fabricated tee fitting. 2. Reconnection to main after pipe enlargement a. Tapping the existing main and installing a strap on tee connection may be used. b. Allow the new main to recover fi•om imposed stretch before tapping and service installation. 1) Follow manufacturer's recommendation for the length of time needed. a Tap main at 45 degree angle to horizontal when possible. 1) Avoid tapping the top of main. d. Extend seivice line from main to property line or easement line before connecting to the existing service line. 3. New service on existing main a. Connect service line to main with a molded or fabricated tee fitting if possible. b. Tapping the existing main and installing a strap on tee connection may be used. F. Private Service Relocation 1. Requirements for the relocation of service line on private property a. A licensed plumber must be used to install sei•vice line on private property. b, Obtain pennit from the Development Department for work on private property. c. Pay for any inspection or permit fees associated with work on private propei�ty. d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the building cleanout and compare to data on the Drawings before beginning service installation. e. Submit elevation information to the City inspector. f, Verify that the 2 percent slope installation requirement can be met. 1) If the 2 percent slope cannot be met, verify with the Engineer that line may be installed at the lesser slope. 36 3.5 REPAIR / 12ESTORATION [NOT USED] 37 3.6 RE-INSTALLATION 38 39 40 A. Seivice 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. 41 3.7 FIELD [ou] SITE QUALITY CONTROL 42 43 44 A. Inspections 1. Private property service line requires approval by the City plumbing inspector before iinal acceptance. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECTFICATTON DOCUMENTS City Project No. 01265 Revised July l, 2011 33 31 50 - 9 SANITARY SEWER SERVICE CONNECTiONS AND SERVICE LINE Page 9 of 9 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT US�D] 3 3.10 CL�ANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 5 3.12 PROT�CTION [NOT US�D] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 � END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 333910-i CAST-IN-PLACE CONCRETE MANHOLE Page t of 3 1 2 3 PART 1- GENEI2AL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1.2 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 SECTION 33 39 10 CAST-IN-PLACE CONCRETE MANF-IOLE A. Section Includes: 1. Sanitary Sewer Cast-in-Place Concrete Maiiholes B. Deviations fi•om this Ciiy of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Fornis, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-In-Place Concrete 4. Section 03 80 00 — Modiiications 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 PRIC� AND PAYMENT PROC�DURES A. Measurement and Payment l. Manhole a. Measureme��t 1) Measurement for this Item shall be pei• each. b. Payment 1) The work perfonned 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 C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 01265 Revised Ju1y l, 2011 33 39 10 - 2 CAST-IN-PLACG CONCRETE MANHOLE Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 2 3. 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manl�ole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Conerete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe conneetions 14) Pavement removal 15) Hauling 16) Disposal of excess rnaterial 17) Placement and compaction of backfill 18) Clean-up Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Sewer Junction Structure" location. c. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Conerete 6) Backfill 7) Foundation C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cou�t & Quinn Street STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 39 10 - 3 CAST-[N-I'LACE CONCRETE MANHOLE Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 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 backiill 18) Clean-up 12 1.3 IZEFEItENCES 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 A. Definitions l. 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 speciiic 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 for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 38 1.4 ADMINISTRATIVE I2�QUIREMENTS [NOT USED] 39 1S SUBMITTALS 40 A. Submittals sliall be in accordance with Section Ol 33 00. 41 42 1.6 43 44 B. All submittals shall be approved by the Engineer or the City prior to delivery. ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data l. Drop connection materials C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christuie Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 39 10 - 4 CAST-IN-PLACE CONCRETE MANHOLE Page 4 of 4 1 2 3 4 5 1.7 2. Pipe connections at manhole walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design CLOSEOUT SUBMITTAL� [NOT US�D] 6 1.8 MAINTrNANC� MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSUI2ANC� [NOT USED] 8 1.10 D�LIV�RY, STOI2AGE, AND HA.NDLING [NOT USED] 9 10 1.11 rI�LD [SITE] CONDITIONS [NOT US�CD] 1.12 WARI2ANTI' [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED [o�i] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2.2 EQUIPM�NT, 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 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. Concrete — Confornl to Section 03 30 00. 2. Reinforcii�g 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. Tnterior Coating or Liner — Conform to Section 33 39 60, if required. 7. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp prooiing. b. Diy film thickness shall be no less thanl2 mils and no �reater than 30 mils. c. Solids content is 68 percent by volume � 2 percent. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cowt & Quinn Street STANDARD CONSTRUCTiON SPECIFICATION DOCLTMENTS City Project No. 01265 Revised July 1, 20ll 333910-5 CAS'I'-IN-PLACE CONCRLTE MANHOLE Page 5 of 5 1 2.3 ACCESSORIES [NOT US�D] 2 2.4 SOURC� QUALITY CONTROL [NOT USED] 3 PART 3 - �X�CUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Evaluation and Assessment 7 1. Verify lines and grades are in accordance to the Drawings. 8 3.3 PI2�PARA.TION 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 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 rnay 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 l. 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 %z 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 C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Cl�ristine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - City Project No. 01265 Revised Ju(y l, 2011 33 39 10 - 6 CAST-IN-PLACE CONCRETE MANHOLE Page 6 of 6 1 2 3 4 5 6 7 8 9 10 I. Install drop coimection when sewer line enters manhole higher than 24 inches above the invert. �. Final Rim �levation 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 Di•awings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensm•e a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the iinal surface elevation of the manhole fi•ame. 11 F. Internal coating 12 1. Internal coating application will conform to Section 33 39 60, if required by 13 Drawings. 14 15 16 17 18 19 20 21 22 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 backiilling around structure. 3. Coat the same date the forms are removed. 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 5, Application will follow manufacturer's recommendation. H. Modifieations and Pipe Penetrations 1. Conform to Section 03 80 00. 23 I. Junction Structures 24 1. All structures shall be iustalled as specified in Drawings. 25 3.5 REP�IR / R�STORATION [NOT US�D] 26 3.6 RE-INSTALLATION (NOT USED] 27 3.7 I�'IELD QUALITY CONTROL 28 A. Field Tests and Inspections 29 1. Perfornl vacuum test in accordance with Section 33 O1 30. CTTY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATtON DOCUMENTS City Project No. 01265 Revised July 1, 2011 333910-7 CAST-IN-PLACE CONCRE"CE MANHOLE Page 7 0l7 1 3.8 SYSTEM STARTUP [NOT US�ll] 2 3.9 ADJUSTING [NOT US�D] 3 3.10 CLEANING (NOT USED] 4 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT US�D] 8 � �ND Or S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH 2O08 CIP Conh�act SA Cl�ristine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 333920-1 PRECAST CONCRETE MANHOL� Page 1 of 3 1 2 3 PART 1 - G�NEI2AL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1.2 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 3'1 38 39 40 41 SECTION 33-39-20 PRECAST CONCRETE MANHOLE A. Section Includes: l. Sanitary Sewer Precast Concrete Manholes B. Deviations fi•om this City ofFort 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 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 PROCEDUIt�S A. Measurement and Payment l. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. b. Payment 1) The work perfor�ned and the znaterials furnished in accordance with this Itein shall be �aid 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) Backfll 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections CITY OF FORT WORTH 2O08 C(P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 33 39 20 - 2 PR�CAST CONCRETE MANHOLE Page 2 of 3 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 2. 14) Pavement rernoval 15) Hauling 16) Disposal of excess material 17) Placement and compaction of back�ll 18) Clean-up Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" speciiied for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcin� steel (if required) 5) Concrete 6) Backfill 7) rotmdation 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 l�) Placement and compaction of baciciill 18) Clean-up 34 1.3 REF�RENCES 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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 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 2O08 CTP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION 3PECIFICATION DOCUMENTS City Project No. 01265 Revised July i, 2011 33 39 20 - 3 PRECAST CONCRETE MANHOLE Page 3 of 3 1 1) Used with pipe ranging fi-om 8-inch to 15-inch 2 b. 5 foot diameter 3 1) Used with pipe ranging fi-om 18-inch to 36-inch 4 2) See specific manhole design on Drawings for pipes larger than 36-inch. 5 B. Reference Standards 6 1. Referenee stazldards cited in this Speciiieation refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. ASTM International (ASTM): 10 a. C478, Standard Specification for Precast Reinforced Conerete Manhole 11 Sections. 12 b. C923, Standard Specification for Resilient Connectors Between Reinforced 13 Conerete Manholes Structures, Pipes, and Laterals. 14 1.4 ADMINISTRATIVE I2�QUIIZ�MENTS [NOT USED] 15 1.5 SITBMITTA.LS 16 A. Submittals shall be in accordance with Section Ol 33 00. 17 B. All submittals shall be approved by the Engineer or the City prior to delivery. 18 1.6 ACTION SUBMITTALS/INI�'ORMATIONAL SUBMITTALS 19 A. Product Data 20 1. Precast Conerete Manhole 21 2. Drop connection materials 22 3. Pipe connections at manhole walls 23 4. Stubs and stub plugs 24 5. Admixtures 25 6. Concrete Mix Design 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINT�NA.NCE MATERIAL SUBMITTALS [NOT' USED] 28 1.9 QUALITY ASSUI2ANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 30 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 31 1.12 WAI2RANTY 32 A. Manufacturer Warranty 33 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH 2O08 C1P Contract SA C}uistine Avenue, Christine Court & Quimi Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised Ju(y 1, 2011 33 39 20 - �} PRECAST CONCRETE MANHOLE Page 4 of 4 1 PART2- PRODUCTS 2 2.1 O'VVN�R-FURNISHED [or�] OWN�R-SUPPLIED PRODUCTS [NOT US�D] 3 2.2 EQUIPM�NT, PRODUCT TYP�S, AND MAT�RIALS 4 A. Manufacturers 5 1. Only the manufacturers as listed on the City's Standard Products List will be 6 considered as shown in Section Ol 60 00. 7 a. The manufacturer must comply with this Specification and related Sections. 8 2. Any product that is not listed on the Standard Products List is considered a 9 substitution and shall be submitted in accordance with Section Ol 25 00. 10 ii 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 B. Materials 1. Concrete — Conform to Section 03 30 00. 2. Precast Joints — Conform to ASTM C478. 3. Precast Seciions a. Provide bell-and-spigot design incoiporating 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 at the bottom and shorter joints toward the top, e. Include manufactures stamp on each section. 4. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation, 5. Frame and Cover — Conform to Section 33 OS 13. 6. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 7. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot-type connector installed in a circular block out opening conforming to ASTM C923. 8. Steps a, No steps are allowed. 9. Interior Coating or Liner — Conform to Section 33 39 60. 10. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less than 12 mils and no greater than 30 mils. c. Solids content is 68 percent by volume f 2 percent. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No, 01265 Revised Juty 1, 2011 33 39 20 - 5 PRECAST CONCRETE MANHOLE Page 5 of 5 1 2.3 ACC�SSOItI�S [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - �XECUTION 4 3.1 INSTALLERS [NOT US�D] 5 3.2 EXAMINATION 6 A. Evaluation and Assessment 7 1. Verify lines and grades are in accordance to the Drawings. 8 3.3 PREPAI2ATION 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 A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. . 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Miniinize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2. ror direction changes of mains, construct channels tangent to inains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inchesin depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. CITY OF FORT WORTH 2O08 CIP Contract SA Chdstine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 1s 19 20 21 22 23 24 25 26 27 28 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspeciiied material to obtain the iinal surface elevation of the manhole frame. E, Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating, 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR / I2�STORATION [NOT US�D] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 Ol 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANC� [NOT USED] 3.14 ATTACIIM�NTS [NOT US�D] END OI' S�CTION , Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS Ciry Piroject No. 01265 Revised Jaly 1, 2011 1 2 3 PART 1 - GENLItAI., ���� ����J 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 1.2 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 33 39 30 - 1 FIBERGLASS MANHOLES Page 1 of 3 S�CTION 33 39 30 FIBERGLASS MANIIOLES A. Section Includes: 1. Glass-Fiber-Reinforced Polyester (Fiberglass) Sanitary Sewer Manholes B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requireinents 3. Section 03 30 00 — Cast-in-Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 O1 30 — Sewer and Manhole Testing 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backiill 7. Section 33 OS 13 — Frame, Cover and Grade Rings 8. Section 33 39 10 — Cast-In-Place Concrete Manholes 9. Section 33 39 20 — Precast Concrete Manlioles 10. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Manhole a. Measurement 1) Measurement for this Item shall be pre each "Fiberglass 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 "Fiberglass Manhole" installed for: a) Various sizes b) Various types c. The price bid shall include: 1) Manhole structure complete in place 2) Excavation 3) Furnishing, placing and compaction of backfill 4) Drop pipe 5) Stubs 6) Frame 7) Cover CITY OF FORT WORTH 2O08 ClP Contract SA Chiistine Avenue, Clu•istine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 33 39 30 - 2 FIBERGLASS MANHOLES Page 2 01' 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 � 30 1.3 RET�RENCES 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Definitions 8) Grade rings 9) Pipe connections 10) Pavement removal 11) Hauling 12) Disposal of excess material 13) Clean-up Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet shall be per vertical foot, measured to the nearest 1/10 foot. b. i'ayment 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 vertical foot for "Fiberglass Extra Depth Manhole" specified for: a) Various Sizes c. The price bid shall include: 1) Manhole structure eomplete in place 2) Excavation 3) Furnishing, placing and compaction of backfill 4) Drop pipe 5) Stubs 6) Frame 7) Cover 8) Grade rings 9) Pipe conneetions 10) Pavement removal 11) Hauling 12) Disposal of excess material 13) Clean-up 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. 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 21-inch b. 5 foot diameter 1) Used with pipe ranging from 24-inch to 36-inch c. See speciiic manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 39 30 - 3 FIBERGLASS MANHOLES Page 3 of 3 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 1 2 Reference standards cited in this Speciiication refer to the currei�t reference sta�idard published at the time of the latest revision date logged at the end of this Specification, unless a date is speciiically cited, ASTM International (ASTM); a. ASTM A307 — Standard Speciiication for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. b. ASTM A615 — Standard Speciiication for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. c. ASTM C76 — Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe. d. ASTM C270 — Standard Specification for Mortar for Unit Masonry. e. ASTM C478 — Standard Speciiication for Precast Reinforced Concrete Manhole Sections. £ ASTM C923 — Standard Speciiication for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. g. ASTM Cl 107 — Standard Specificaiion for Packaged Dry, Hydraulic-Cenient Grout (Non-Shrink). h. ASTM C1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill. i. ASTM C1628 - Standa��d Specification for Joints for Concrete Gravity Flow Sewer Pipe, Using Rubber Gaskets. j. ASTM D698 - Standard Test Methods for Laboratoiy Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN- m/m3))• k. ASTM D2996 — Standard Speci�cation for Filament-Wound Fiberglass (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe. 1. ASTM D2997 — Standard Speciiication for Centrifugally-Cast Fiberglass (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe. m. ASTM D3753 — Standard Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells. n. ASTM D4258 — Standard Practice for Surface Cleaning of Concrete. o. ASTM D4259 — Standard Practice for Abrading Concrete. 33 1.4 ADMINISTRATIVE REQUIItEMENTS [NOT USED] 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section Ol 33 00. 36 B. All submittals shall be approved by the Engineer or the City prior to delivery. 37 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 39 40 41 42 43 44 A. Product Data l. Design and fabrication details of Fiberglass Manhole components 2. Installation instructions for Fiberglass Manholes 3. Drop connection materials 4. Pipe connections at manhole walls 5. Materials for stubs and stub plugs, if applicable 6. Grade ring materials CITY OF FORT W�RTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION 5PECIFICATION DOCUMENTS City Project No. 01265 Revised Ju1y 1, 2011 33 39 30 - 4 FIBERGLASS MANHOLES Page 4 of 4 1 7. External coating materials 2 8. Plugs for hydrostatic testing 3 1.7 CLOSEOUT SUSMITTALS [NOT US�D] 4 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSUI2ANC� [NOT USED] 6 1.10 D�LIV�RY, STORAG�, AND HANDLING [NOT USED] 7 1.11 rIELD [SIT�] CONDITIONS [NOT US�D] 8 1.12 WARRANTY 9 A. Manufacturer Warranty 10 1. Manufacturer's Warranty shall be in accordance with Division 1. 11 PART 2 - PRODUCTS 12 2.1 OWNER-FUItNISH�D [ox] OWNER-SUI�PLIED PRODUCTS [NOT USED] 13 14 rs 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUIPMENT, 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 25 00. B. Materials 1. Fiberglass Manholes a. Provide Prefabricated Fiberglass Manholes conforming in shape, size, dimensions and details shown in the Drawings. b. Unless modiiied in the Drawings, use manhole sections conformin� to ASTM D3753. c. Mark date of manufacture and name or trademark of mamifacturer in 1 inch tall stenciled letters on the inside of the barrel. d. Unless larger size is required, provide 48-inch diameter banel. e. Provide wall section thickness for depth of manhole according to ASTM D3753, but not less than 0.48 inches in thickness. f. Provide fabricated reducer bonded at factory to form 1 continuous unit at top of manhole barrel to accept concrete grade rings and cast iron frame and cover. 1) Reducer design shall be of sufficient strength to safely support HS-20 loading in accordance with AASHTO. 2. Concrete for Utility Construction a. Conform to Section 03 30 00. 3. Concrete Manhole Base a. Conform to Section 33 39 10 or Section 33 39 20. b. Form base so that joint with fiberglass manhole barrel is sealed against leakage. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATTON DOCLTMENTS City Project No, 01265 Revised July 1, 201 I 33 39 30 - 5 FIBERGLASS MANHOLES Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 � 4. Reinforcing Steel a. Conform to Section 03 30 00. 5. Lifting Devices a. Manhole bases may be furnished with lift lugs or lift holes. b. If lift lugs are provided, place 180 degrees apart. c. If lift holes are provided, place 180 degrees apart and grout during manhole installation. 6. Grout a. Conform to Section 03 80 00 Article 2.5 Repair Mortars or Article 2.6 Pipe Penetrations Sealants. 7. Frame and Cover a. Confoi�n to Section 33 OS 13. 8. Grade Rings a. Conform to Section 33 OS 13 and ASTM C 478. 9. Pipe Connections a. Conform to ASTM C923 or ASTM C1628. 10. Interior Coating or Liner for concrete manhole beuch and invert a. Conform to Section 33 39 60. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALL�RS [NUT USED] 23 3.2 �XAMINATION 24 A. Evaluation and Assessment 25 1. Verify lines and grades are in accordance to the Drawings. 26 3.3 PREPAIZATION 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for the manhole to be constructed on. 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. General l. Manhole a. Construct manhole to dimensions shown on Drawings. b. Construct manhole base section in accordance with Section 33 39 10 or Section 33 39 20. 1) For a cast-in-place base place, finish and cure concrete according to Section 03 30 00. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clu�istine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS "" Cify Project No. 01265 Revised July 1, 2011 33 39 30 - 6 FIBERGLASS MANHOLES Page 6 of 6 1 c. Lower manhole barrel outo base section. 2 d. Seal with manufacturer's �asket or approved sealant. 3 e. Wrap joint with external sealing material a minimum of 12 inches in width, 4 £ Where cast-in-place base is used, support manhole ban•el in place and brace it 5 from sides of excavation to prevent any movement of barrel during concrete 6 placement and while conerete is setting. 7 1) Provide minimum clearance between reinforcing steel and manhole barrel 8 bottom as shown on Drawings. 9 2) Do not support manhole barrel on reinforcing steel. 10 3) Place bead of water swelling sealant around inside of ban•el near bottom, as 11 shown on Drawings, to form seal. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2. Pipe connections at Manhole a. Construct pipe stubs for future connections at locations and with materials indicated on Drawings. 1) Install stub plugs at intet•ior of manhole and wood or plastic bullchead at the end of the stub. b. Cut manhole ban•el for pipe penetrations following cuivature of pipe and with maximum of 1-inch elearance. 1) Seal cut edges with resin. 2) Hole may be circular or cutout with semi-circular top, which extends to bottom of barrel. c. Place continuous bead of water swelling sealant, as shown on Drawings, around pipe penetrations on interior of manhole barrel. 1) Roughen surface of fiberglass prior to placement to improve bond with sealant. 2) Allow sealant to completely eure before placing concrete against it. 3) Test connections for watertight seal before bacicfilling. 28 3. Invert 29 a. Construct invert channels to provide a smooth waterway with no disruption of 30 flow at pipe-manhole connections. 31 b. For direction changes of mains, construct channels tangent to mains with 32 maximum possible radius of cuivature. 33 1) Provide cuives for side inlets. 34 3S 36 37 38 39 40 4. Drop Manhole Connection a. Install drop connection when sewer line enters manhole higher than 24 inches above the invei�t. b. At drop pipe connections through fiberglass barrel, cut circular hole sized to requirements of manufactured connector. 1) Seal cut edge with resin. 2) Install watertight connector according to manufacturer's recommendations. 41 5. Final Rim Elevation 42 a. Install concrete grade rings far height adjustment. 43 1) Construct grade ring on load bearing shoulder of manhole. 44 2) Use sealant between rings as shown on Drawings. 45 b. Set frame on top of manhole or grade rings using continuous water sealant. 46 c. Remove debris, stones and dirt to ensure a watertight seal. 47 d. Do not use steel shims, wood, stones or other unspecified material to obtain the 48 final surface elevation of the manhole frame. CITY OF �'ORT WORTH 2O08 CIP Cont��act SA Christine Avenue, C}u-istine Court & Quinn Sh�eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 333930-7 FiBERGLASS MANHOLES Page 7 of 7 1 3.5 REPAIR / 12ESTORATION [NOT USED] 2 3.G R�-INSTALLATION [NOT USED) 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests and Iuspections 5 1. Perform testing in accordance with Section 33 O1 30. 6 7 END OF SL+'CTION Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 41 10 - 1 REINFORCED CONCRETE STORM DRA1N PIPFICUL,VERTS Page 1 of 12 1 2 S�CTION 33 41 10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 3 PART1- GEN�RAL 4 1.1 SIJIVIMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 A. Section Includes: 1. Furnishing and installing reinforced concrete stonn drain pipe and culverts, including: a. Pipe or box iittings b. Connection of drain lines to curb inlets c. All joints d. AlI connections to new or existing pipe or headwalls, manholes, etc., to the lines and grades shown on the Drawings � B. Deviations frorn 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 O1 31 — Closed Circuit Television (CCTV) Inspection 4. Section 03 30 00 — Cast-in-Place Concrete 5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 OS 23 — Hand Tunneling 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 23 1.2 PRICE AND PAYMENT PROCEDURES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Reinforced Concrete Storm Drain Pipe a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "RCP" installed for: a) Various sizes b) Various classes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation CITY OF FORT W�RTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 3341 ]0-2 REINFORCED CONCRETE STORM DRAiN PIPE/CULVERTS Page 2 of 12 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 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage stiuctures 2. Reinforced Concrete Storm Drain Culverts a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b, Payment 1) The work performed and materials fui�nished in accordance with this Item and measured as provided under "Measurement" will be paid far at the unit price bid per linear foot of "Box Culvert" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of bacicfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage shuctures 35 1.3 REI+�RENCES 36 A. Reference Standards 37 38 39 40 41 42 43 44 45 46 47 48 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 Association of State Highway and Transportation Officials (AASHTO): a. T111, Irlorganic Matter or Ash in Bituminous Materials. 3. ASTM International (ASTM): a, A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. b. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDAFiD CONSTRUCTTON SPECIFICATION DOCIJMENTS City Project No. 01265 Revised July 1, 2011 33 41 IO - 3 REINFORCED CONCRECE STORM DRAIN PIPEICULVERTS Page 3 of 12 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 d. C361, Standard Specification for Reinforced Concrete Low-Head Pressure Pipe. e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe. h. C507, Standard Speciiication for Reinforced Conerete Elliptical Culvert, Storm Drain, and Sewer Pipe. i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. j. C1433, Standard Speciiication for Precast Reinforced Conerete Monolithic Box Sections for Culverts, Storm Drains, and Sewers. k. D4, Standard Test Method for Bitumen Content. 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic Compounds. xn. D36, Standard Test Method for Softening Point of Bitumen (Ring-and-Ball Apparatus). n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt (Displacement Method). o. D92, Standard Test Metliod for Flash and Fire Points by Cleveland Open Cup Tester. p. Dl 13, Standard Test Method for Ductility of Bituminous Materials. q. D21'7, Standard Test Methods for Cone Penetration of Lubricating Grease. 4. TxDOT Test Procedures (Tex): a. Tex-704-I, Making, Curing, and Testing Coznpression Test Specimens for Precast Concrete 28 1.4 ADMINISTRATIVE ItEQUIREMENTS [NOT USED) 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section O1 33 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 33 34 3S 36 37 38 39 A. Certificates l. Furnish manufaciurer's certifcate of compliance that their product meets the physical testing requirements of this Specification for the materials referenced including, but not limited to: a. Reinforced concrete pipe b. Concrete box culvert c. Jointing materials CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Chcistine Comt & Quivn Street STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 �31 10 - 4 REINFORCED CONCRETG STORM DRAIN PIPEICULVGRTS Page 4 of 12 1.7 CLOSEOUT SUI3MITTALS [NOT US�D] 2 1.8 MAINT�NANC� MATERIAL SUI3MITTALS [NOT USED] 3 1.9 QUALITY ASSLII2ANC� [NOT US�D] 4 1.10 D�LIV�RY, STORAGE, AND IIANDLTNG 5 A. Storage and Handling Requirements 6 1. Secm�e and maintain a location to store the material in accordance with Section O1 7 66 00. 8 9 10 11 12 13 2. Keep pipe clean and fully drained during storage. 3. Transport, l�andle aud store pipe and fittings as recommended by manufacturer. 4. Repair or replace any damaged pipe before installation per the manufacturer's recommendation. 1.11 TIELD [SITE] CONDITIONS [NOT USED] 1.12 WAI212ANTY [NOT US�D] ������' Z���1L� K' 15 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLI�DPRODUCTS [NOT US�D] 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUIPMENT, PRODUCT TYP�S AND MATERIALS A. Fabrication 1. Precast Reinforced Concrete Pipe a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively, b. Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate and water proportional to provide a homogeneous concrete meeting the specified strength requirements. c. Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. d. Do not use transit mixed concrete to manufacture precast concrete pipe. 2. Concrete Box Culvert a. Cast-in-Place 1) Conform to Section 03 30 00. b. Precast 1) Furnish machine made precast boxes in accordance with ASTM C1433. 2) Utilize a machine made process or cast by a process that will provide uniform placement of a mixture of cement, aggregate, and water proportional to provide a homogeneous concrete meeting the speci�ed strength requirements. 3) Concrete water to cement ratio not to exceed 0.53 by weight 4) Utilize minimuin 470 pounds of cement per cubic yard of concrete unless mix designs with lower cement content demonstrate that the quality and performance of the sections meet the requirements of this Specification. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33ai �o-s REINFORCED CONCRETE STORM DRAIN PIPFJCULVGRTS I'age 5 of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 5) Mix concrete in a central batch plant or other approved batching facility where the quality and uniformity of the concrete is assured. 6) Do not use transit mixed concrete to manufacture precast concrete box culvert. 7) Utilize welded wire fabric steel reinforcement confoa•ming to ASTM A185 or ASTM A497. 3. Jointing Materials a. Use any of the materials described in this Section for the making of joints. 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a) Provide flexible joint sealants that meet the requirements of ASTM C990. b) Utilize 1 continuous gasket conforming to the joint shape for each joint. c) Plastic gasket shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. d) Use flexible joint sealants that do not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength. e) Supply in extruded rope form of suitable cross section and size as to fill the joint space when the pipes are joined. � Provide a size of the pre-formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint and obtain the squeeze out as described under constiuction methods. g) The gasket joint sealer shall be protected by a suitable removable 2- piece wrapper, and the 2-piece wrapper shall be so designed that'/z may be removed longitudinally without disturbing the other'/2 to facilitate application as noted below. h) The chemical composition of the gasket joint sealing compound as shipped shall meet the �•equirements of Table 1 when tested in accordance with the test methods shown. Table 1. S Con�positiou Bitumen Ash-Inert Mineral Matter Volatile Mattez• at 325 degrees F i) J) lin Com ound Chemical Com osition Test Method Percent b W ASTM D4 Bitumen Content 50-70 AASHTO Tl 11 30-50 ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds Gasket joint sealing compound when itnmersed for 30 days at ambient room temperature separately in 5 percent solution oi caustic potash, a mixture of 5 percent hydrocl�loric acid, a 5 percent solution of sulfuric acid and a saturated hydrogen sulfide (HZS) solution shall show no visible deterioration. The physical properties of the gasket joint sealing compound as shipped shall meet the requirements in Table 2 when tested in accordance with the test methods shown. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 3341 ]0-6 I2EiNFORCED CONCRETE 3TORl�4 DRAIN PTPL•/CULVERTS Page 6 of 12 1 TZble 2. Sealing Compouncl Physical Properties Pro er Test Method T ical Anal sis Speci�c Gravity at 77 degrees r ASTM D71 1,20 to 1.35 Ductility at 77 degrees F ASTM D113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees r minimum Penetration 32 degrees F(300-gms 60-seconds 75 minimum 77 degrees F(150-gms) 5-seconds ASTM D217 50 to 120 115 degrees F(150-gms) 5-seconds 150 max I+lash Point C.O.C. ASTM D92 600 degrees F I'ire Point C.O.0 625 degrees F 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 3) Rubber Gaskets a) Provide gaskets that conform to ASTM C361 or ASTM C443. b) Meet the requirements of ASTM C443 for design of the joints and permissible variations in dimensions. B. Design Criteria 1, Reinforced Concrete Pipe a, Unless otherwise indicated on the Drawings, furnish Class III concrete pipe with shell thickness, circumferential reinforcement and strength conforming to the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively, except as modified below: 1) Manufacture pipes larger than 60-inch diameter by using 2lines of circular reinforcement. 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its option, furnish pipe manufactured with either Wall "B" or Wall "C" minimum thicknesses and the applicable minin�um steel area as listed for circular cages in Table II of ASTM C76, provided test strength requirements for Class III pipe are satisfactorily met. b. Jacking, Boring, or Tunneling 1) Design pipe for jacking, boring or hinneling conforming to the requirements of Section 33 OS 23. 2) When requested, provide design notes and drawings signed and sealed by a Texas licensed professional engineer. 24 2.3 ACC�SSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 27 28 29 30 31 32 33 34 35 A. Tests and Inspections 1. Reinforced Concrete Pipe a. Acceptance of pipe will be determined by the results of the following tests: 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 2) Absorption tests in accordance with ASTM C497. 3) 3-edge bearing tests in accordance with ASTM C497. a) Testing Rate (1) If tested for 0.01-inch crack only: (a) Test 0.8 percent of pipe sections for each size included in order (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECTFiCATION DOCUMENTS City Project No. 01265 Revised Jiily 1, 2011 33 4l 10 - 7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the formation of a 0.01 inch crack and that meet the 0.01 inch test load requirements shall be accepted for use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series if a specimen fails to meet test requirements. (2) Entire pipe series will be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diameter may be accepted on the basis of material tests and inspection of completed product as an alternate to 3- edge bearing test, at the option of the manufacturer. (1) Acceptance of pipe will be detei7nined by the results of the material tests as required in ASTM C76, ASTM C506 or ASTM C507. (a) Perfoi�n crushing tests on cores taken from ban•el of completed and cured pipe. (b) Perform absorption tests on samples from pipe wall. (c) Inspect finished pipe including amount and placement of reinforcement. (2) Manufacturer will fui-nish facilities and personnel for taking core samples from pipe barrel and for determining eompressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet strength requirements. (a) Plug and seal sections in a manner that the pipe section will meet all test requirements of ASTM C76, ASTM C506 or ASTM C507. (b) Pipe sections plugged and sealed as described above will be accepted for use. 4) Inspect the finished pipe to determine its conformance with the required design. 2. Cast-in-Place Concrete Box Culvert a. Provide test specimens that meet the requirements of Division 03. 3. Precast Box Culvert a. Make test specimens in test cylinders at the same iime and in the same manner as the box sections they represent. b. Make a�ninimum of 4 test cylinders for each day's production run and each mix design. a Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the specimens in accordance with Tex-704-I. B. Sizes and Permissible Variations 1. Reinforced Concrete Pipe a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible under run of length are �n accordance with the applicable ASTM Speciiication for each type of pipe as referred to previously. CITY OF FORT WORTH 2O08 C1P Contract SA ChiYstine Avenue, Clu•istine Court & Quinn St�•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 012G5 Revised July I, 2011 33 41 14 - 8 REiNPORCGD CONCRETE STORM DRAIN PTPE/CULVERTS Page 8 of 12 1 2 3 4 5 6 7 8 9 10 Ii 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 b, Where rubber gasket pipe joints are to be used, the design of joints and pennissible variations in dimensions shall be in accardance with ASTM C443, Sections 7 and 8. 2. Cast-in-Place or Precast Box Culvert a. Ensure that precast sections of either type meet the following requirements: 1) The inside vertical and horizontal dimensions do not vaiy from Drawing requirements by more than 1/2 inch or 1 percent, whichever is greater. 2) The horizontal or vertical plane at each end of the box section does not vary from perpendicular by more than 1/2 inch or 1 percent, whichever is greater, measured on the inside faces of the section. 3) The sides of a section at each end do not vary from being perpendicular to the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, when measured diagonally between opposite interior corners. b. Ensure that wall and slab thicknesses are not less than shown on tlle Drawings except for occasional deficiencies not greater than 1/4 inch or 5 percent, whichever is greater. 1) Ifproper jointing is not affected, thicknesses in excess ofDrawing requirements are acceptable. c. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or job site and the joint opening at any point does not exceed 1 inch. 1) Use match marks for proper installation on sections that have been accepted in this manner. C. Workmanship and Finish l. Reinforced Concrete Pipe a. Ensure that pipe is substantially fi�ee from fractures, large or deep cracks and surface roughness. b. Ensure that ends of pipe are normal to the walls and centerline of the pipe witliin the limits of variations allowed as stated previously. 2. Cast-in-Place or Precast Box Culvert a. Fine cracks on the surface of the member that do not extend to the plane of the nearest reinforcement are acceptable unless the cracks are numerous and extensive. b. Repair cracks that extend into the plane of the reinforcing steel in an approved manner. c. Excessive damage, honeycomb or cracking will be subject to structural review. d. The City may accept boxes with repairs that are sound, properly finished and cured in conformance with pertinent Specifications. e. When fine cracics on the surface indicate poor curing practices, discontinue further production of precast sections until coi7ections are made and proper curing is provided. 42 D. Curing 43 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type 44 of pipe as referred to above. 45 E. Marking 46 l. Reinforced Concrete Pipe 47 a, Clearly mark the following information on each section of pipe: CITY OF FORT WORTH 2O08 CIP Conh•act 5A Christine Avenue, Cluystine Couit & Quinn Street STANDARD CONSTRUCTION SPECiFTCATION DOCiJMENTS Ciry Project No. 01265 Revised July 1, 2011 33 41 10 - 9 REINFORCED CONCRETE STORM DRA1N PIPFJCULVERTS Page 9 of 12 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 1) Class ofpipe 2) ASTM designation 3) Date of manufacture 4) Identification of plant 5) Name or trademark of the inanufacturer 6) Pipe to be used for jacking and boring b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end of each section during the process of manufacture or unmediately after with the following: 1) The location of the top or bottom of the pipe as it should be installed, unless the external shape of the pipe is such that the correct position of the top and bottom is obvious 2) Marlc the pipe section by indenting or painting with waterproof paint. 2. Cast-in-Place or Precast Box Culvert a. Mark precast boxes with the following: 1) Name or trademark of the producer 2) Date of manufacture 3) Box size 4) Minimum and maximum iill heights b. I'or boxes without liftii�g holes, mark 1 end of each box section on the inside and outside walls to indicate the top or bottom as it will be installed. c. Indent markings into the box section or paint them on each box with waterproof paint. F. Pipe/Box Rejection 1 2 3 Individual sections of pipe/box znay be rejected if any of the Specification requirements are not met or if any of the following exist: a. Fractures or cracks passing through the shell, with the exception of a single end c�•ack that does not exceed the depth of the joint b. Defects that indicate imperfect proportioning, mixing and molding c. Surface defects indicating honeycombed or open texture d. Daniaged ends which would preve�it making a satisfactory joint e. Any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inch or more Mark rejected pipe/box with painted "REJ�CTED". Remove rejected pipe/box immediately from job site and replace with pipe/box meeting the requirements of this Specification. 37 PART 3 - �XECUTTON 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION [NOT USED] 40 3.3 PItEPARATION [NOT USED] 41 3.4 INSTALLATION 42 A. General C1TY OF FORT WORTH 2O08 CIP Contract SA Ch�istine Avenue, Christuie Court & Quinn Streef STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 41 10 - 10 RETNFORCED CONCRETE STORM DRAiN PTPFJCULVERTS Page 10 of 12 1 2 3 4 5 3. 4. 5. 6. 7. 8. 6 B. Pipe/Box Laying — Trench Tnstallation 7 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottoin 8 conditions. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 1. Conform to the requirements of Section 33 OS 10 for excavation and embedment for open-cut type installation. 2. Conform to the requirements of Section 33 OS 23 when jacking, boring or tunneling methods are speci�ed on Drawings. 3. Establish and maintain lines and grades. 2. Start laying pipe/bo�: on the bedding at the outlet or downstream end with the spigot or tongue end of the pipe joint pointing downstrearn, and proceed toward the inlet or upstream end with the abutting sections properly inatched, true to the established lines and grades. Provide appropriate facilities for hoisting and lowering the sections of pipe/box according to manufacturer's recommendation. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing the prepared bedding or sides of trench. Carefully clean pipe/box ends before pipe is placed in trencli. Protect pipe/box open end to prevent entrance of eat�th or bedding material as each length of pipe/box is laid. Fit, match and lay pipe/box to fo2-m a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in trench so tliat the markings for top or bottom are not more than 5 degrees from the vertical plane through the longitudinal axis of the pipe 9, Remove and re-lay, without extra compensation, pipe/box that is not in alignment or that shows excessive settlement after laying. 27 C. Multiple Bai�rel Box Culvert Placement 28 1. Fill the annular space between multiple boxes with crushed rock or CLSM 29 according to 03 34 13. 30 a. Water jetting will not be allowed between parallel boxes. 31 32 33 34 35 36 37 38 39 40 41 42 43 44 2. Start tlie laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched. 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the estaUlished lines and grades. D. Jointing l. Cold Applied Preforrned Plastic Gaskets/Flexible Joint Sealants a. Brush-apply a suitable primer, recommended by the manufacturer of the gasket joint sealer, to tongue and groove joint surfaces and end surfaces. 1) Ensure that surface to be primed is clean and dry when primer is applied. 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement protrusions. 3) Allow primer to dry and harden. b. Attach plastic gasket sealer around tapered tongue or tapered groove near the pipe joint hub or shoulder, before laying pipe in trench. CITY OF FORT WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 l 33 41 10 - I 1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page I ] of I2 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 c. d. e. f. g Remove paper wrapper fi-om 1 side only of the 2-piece wrapper on gasket and press it firmly to the clean, dry pipe joint surface. 1) Do nat remove the outside wrapper until iirunediately before pushing pipe into its final position. Align the tongue correctly with the flare of the groove. Remove outside wrapper on the gasket and pull or push pipe home with sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause evidence of gasket material squeeze-out on inside or outside around complete pipe joint circumference. 1) Remove any joint material that pushed out into the interior of pipe. 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on line and grade at all times. Proceed with baekfilling of pipe laid with plastic gasket joints as soon as joint has been inspected and approved by the Engineer ar Inspector. 1) Take special precautions in placing and compacting backfill to avoid damage to joints. When the atmospheric temperature is below 60 degrees F, store pre-foi�rned flexible joint sealants in an area warmed to above '70° degrees F or artificially warmed to this teinperature in a manner satisfactory to the Engineer. 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, followed by connection to previously laid pipe. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2. Rubber Gaskets a. Make the joint assembly according to the recommendations of the gasket manufacturer. b. When using rubber gaskets, inake joints watertight. c. Backfill after the joint has been inspected and a�proved. E. Backfill l. Conform to the requirements of Section 33 OS 10 for backfilling pipe/box trenches. F. Pipe fittings 1. Poured Concrete Pipe Collars a. Provide collars for locations shown on Drawings. b. Collar cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe collars shown on the Drawings. 2. Shop and Field-Fabricated Wyes, Tees, Crosses and Bends a. Furnish and install shop or field-fabricated wyes, tees, crosses or bends as indicated on Drawings or required by the Engineer. b. Shop-fabricate iittings for maxiznum pipe size less than 24-inches in diameter for the larger pipe. c. Field-fabricate fittings with 24-inch or greater diameter for the larger pipe. d. Field-fabricate fittings for box culverts. e. Take care in fabrication that concrete walls of pipe are broken back only enough to provide the required finished opening. £ Join reinforcing mesh or bars by bending, twisting or spot welding to provide a rigid connection. C11`Y OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Cou�t & Quinii Street STANDARD CONSTRUCTION 3PECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 33 41 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPFJCULVERTS Page 72 of 12 1 2 3 4 5 6 7 8 9 10 3.10 CLEANING [NOT USED) 3.11 CLOS�OUT ACTiVITI�S (NOT USED] 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USED] 11 3.5 R�PAIR / RESTORATTON [NOT USED] 12 3.6 I2E-INSTALLATION [NOT USED] 13 3.7 FIELD [oa] SITE QUALITY CONTROL 14 15 16 17 18 19 20 21 3.8 g. Concrete or �nortar (as specified in tllis segment) shall be wiped over the reinforcing wires connecting the 2 pipe joints, compacted by light blows, shaped to the contour of the pipe barrels, lightly brushed for finish and cured under wet burlap. 3. Poured Concrete Pipe Plugs a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines terniinate at locations with no connection to drainage structures. b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe, No extra payment will be made for installation of concrete pipe plugs shown on the Drawings. A. Field Tests and Inspections l. Video Inspection a. Perform post-construction TV inspection of all installed reinforced concrete pipes/boxes conforming to the requirements of Section 33 O1 31. 2. Ensure that pipes/boxes are installed con�ectly and are free of signiiicant debris. a. At the City's discretion, replace any pipe/box that is determined to have jointing problems, cracking or significant debris. SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 2'7 28 29 END OF SECTION Revision Log DATE NAME SUMMI�RY OF CHANGE 30 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. O(265 Revised July 1, 2011 e 33 46 00 - 1 SUB DRAINAGE Page 1 of 3 1 2 3 PART 1 - G�NEI2AI. 4 1.1 SUMMARY SECTION 33 46 00 SUB DIZ�IINAGE 5 A. Section Includes: 6 1. Installation of pipe subdrains at the locations, lines and grades shown on the 7 Drawings. 8 a. If details are not shown on the Drawings, construct the subdrain in accordance 9 with this Section and standard storm drain details. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 13 14 15 16 17 18 C. Related Speci�cation 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 37 00 — Riprap 4. Section 32 91 19 — Topsoil Placemezit and Finishing of Parkways 5. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backiill 19 1.2 PRICE AND PAYMENT PROCEDUR�S 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Measureinent a. Measured by the linear foot along the top of the pipe and includes the length of elbows, wyes, tees, and cleanouts 2. Payment a, The work performed and material furnished in accordance with this Item and rneasured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Underdrains" installed for: 1) Various types 2) Various sizes b. The price bid shall include: 1) Furnishing and installing the specified Underdrain 2) Pipe 3) Couplers 4) Plugs 5) Screens 6) Filter material 7) Filter fabric 8) Excavation 9) Hauling 10) Disposal of excess materials 11) Connection to existing structures C1TY OF FORT WORTH 2O08 CIP Con�•act SA Chiistine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPBCIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 334600 -2 SUB DRAINAGE Page 2 of 3 1 2 3 4 12) Riprap 13) Furnishing, placing and compaction of embedment 14) Furnishing, placing and compaction of backfill 15) Clean-up 5 1.3 I2EFERENCES 6 A. Reference Standards 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 ►� 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 end of this Specifcation, unless a date is specifically cited. American Association of State Highway and Transportation Ofiicials (AASHTO): a. M36, Corrugated Steel Pipe, Metallio-Coated, for Sewers and Drains. b. M190, Standard Specification for Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches c. M196, Coi�ugated Aluminum Pipe for Sewet•s and Drains. d. M252, Standard Specification for Corrugated Polyethylene Drainage Pipe. e. M278, Standard Specification for Class PS46 Polyvinyl Chloride (PVC) Pipe. ASTM International (ASTM): a. C33, Standard Specification for Concrete Aggregates. b. D4�8, Standard Classification for Sizes of Aggregate for Road and Bridge Construction. c. D2751, Standard Speciiication for Acrylonitrile-Butadiene-Styrene (ABS) Sewer Pipe and Fittings, d. F949, Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe With a Smooth Interior and Fittings. Texas Department of Transportation (TxDOT): a. Departmental Materials Specification (DMS): 1) DMS 6200, Filter Fabric. 28 1.4 ADMINISTRATIVE 12EQUIREMENTS [NOT USED] 29 1.5 SUI3MITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/INrORMATIONAL SUBMITTALS 31 A. Product Data — Submit the following information in accordance with Section Ol 33 00. 32 33 34 1. Subdrain pipe material to be used. 2. Filter fabric rnaterial to be used. 3. Sieve Analysis for filter material to be used. CITY OF FORT WORTH 2O08 CIP Contract SA Chdstine Avenue, Cl�ristine Cou�t & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01265 Revised July 1, 2011 334600-3 SUB DRAINAGE Page 3 of 3 1 2 1.7 CLOS�OUT SUBNIITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 5 1.11 I�'I�LD [SITE] CONDITIONS [NOT USED] 6 1.12 WA�EZRANTY [NOT USED) 7 8 PART 2 - PRODUCTS 9 2.1 OWNER-TURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 10 2.2 MAT�RIALS 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 A. Pipe 1. Use only 1 type of pipe for any subdrain system on the project. a. Use perforated pipe in areas to be drained and non-perforated pipe between the perforated pipe and the outfall. 2. Type 1 a, Cortugated steel pipe confonning to any type specified in AASHTO M36, fabricated from corrugated galvanized sheet. 3. Type 2 a. Corrugated aluminum pipe conforming to AASHTO M196, Type I or IA, fabricated from corrugated sheet. 4. Type 3 a. Bituminous-coated corrugated steel pipe conforming to the requirements of Type 1 and uniformly coated inside and out with a minimum thickness of 0.05 inches with a bituminous material meeting the requirements of AASHTO M 190. 5. Type 4 a. Bituminous-coated corrugated aluminum pipe conforming to the requirement of Type 2 and uniforuily coated inside and out with a minimum thickness of 0.05 inches with a bituminous material meeting the requirements of AASHTO M190. 6. Type 5 a. Acrylonitrile-butadiene-styrene pipe conforming to ASTM D2751, SDR-35 b. Perforations must meet the requirements of AASHTO M278. 7. Type 6 a. Corrugated polyethylene plastic tubing conforming to ASTM M252. 8. Type 7 a. Corrugated polyvinyl chloride (PVC) pipe confonning to ASTM F949. 9. Type 8 a. Smooth-wall PVC pipe conforming to AA.SHTO M278, Class PS 46. C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 33 46 00 - 4 SUB DRAINAGE Page 4 of 4 1 2 3 4 5 6 7 8 B. Filter Material 1. Furnish hard, durable aggregate, free of clay balls or other organic or deleterious matter, which meets gradation size number 467, 57, or 67 as specified in ASTM C33 and ASTM D488. 2. Use material that meets the requirements of ASTM C33, Concrete Aggregates 3. Use only 1 type of filter material for any subdrain system on a project. C, Filter Fabric 1. Use filter fabric that meets the requirements of DMS-6200, "Filter Fabric," Type 1. 9 D. Riprap l0 L When required, provide concrete riprap in accordance with Section 31 37 00. 11 2.3 ACCESSORIES [NOT US�D] 12 2.4 SOURC� QUALITY CONTROL [NOT US�D] 13 PART 3 - �XECUTION 14 3.1 INSTALL�RS [NOT USED] 15 3.2 �XAMINATION [NOT USED] 16 3.3 PREPARATION [NOT US�D] 17 18 19 20 21 22 23 24 25 26 3.4 INSTALLATION A. Excavation 1. Begin excavation of ihe trench at the outfall and proceed toward its upper end, following the lines and grades shown on the Drawings or as directed by the Engineer. 2. Hold the minimuin horizontal limits of excavation for iilter material to the dimensions shown in Table 3 or as shown on the Drawings. Table 3 Minimum Horizontal Limits of �xcavation for Filter Material Depth of Trench Trench Width (feet) (inches) Oto6 19 Over 6 to 10 25 Over 10 to 15 31 Over 15 37 27 28 B. Filter Fabric 29 1. In areas to be drained, place filter fabric in the bottom and sides of the trench before 30 placing pipe or filter materiaL 31 2. Provide enough width of fabric to overlap on top of the �lter material. 32 C. Subdrain Pipe 33 1. Center perforated pipe in the excavated ditch with the perforations below the 34 horizontal a�s. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Coun & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01265 Revised July 1, 2011 33 46 00 - 5 SUB DRAINAGE Page 5 of 5 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 2. Lay pipe according to Drawing Details with the perforations on the underside of the pipe, unless otherwise directed by the Enguleer. 3. Join the pipe with appropriate couplers in accordance with the manufacturer's recommendations. 4. Install non-perforated pipe sections between the perforated pipe and the outfall. a. The sections of non-perforated pipe do not require filter fabric or filter material. 5. Place a2-inch layer of filter material as a bottom course. 6. Firmly embed the subdrain pipe in the iilter material. 7. Install cleanouts at the upstream end of tlie line, at approximately 200-foot spacing, at bends and other locations shown on the Drawings, and in accordance with City Standard Details. 8. Place plugs recommended by the pipe manufacturer in the upper ends of all pipe. D. Filter Material 1. Place filter rnaterial at least 10 inches above the top of the pipe or as shown on the Drawings. 2. Do not allow filter material to displace the pipe. 3. After placing pipe and filter material, lap filter fabric over the top of the filter material according to the manufacturer's recommendation or as shown on the Drawings. E. Connection to Existing Structures l. Stonn Drain Structures a. Core hole in drainage structures such as inlets, manholes and junction boxes and connect downstream end of subdrain pipe. b. Seal connection with non-shrink grout. 2. Drainage Channels a. Where the subdrain discha�•ges into a drainage channel, center the pipe outlet in a 2-foot by 2-foot concrete riprap pad. b. Place the riprap to match the contour and grade of the embankment slope. c. Cut the pipe to the slope of the riprap. 3. Retaining Walls a. Where the subdrain discharges through the face of a retaining wall, cut pipe to be tlush with the face of wall. F. Backfill 1. Place backfill over the pipe in accordance with City Standard Details and Section 33 OS 10 or as shown on the Drawings 36 3.5 ItESTORATION 37 A. Surface Restoration 38 l. In unpaved areas, restore surface in accordance with Section 32 91 19 and Section 39 32 92 13, as appropriate. CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Comt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised hily 1, 2011 33 46 00 - 6 S(JB DRAINAGE i'age 6 of 6 1 3.6 R�-TNSTALLATION [NOT US�D] 2 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYST�M STARTUP [NOT US�D] 4 3.9 ADJUSTTNG [NOT USED] 5 3.10 CL�ANING [NOT US�D] 6 3.11 CLOSEOUT ACTIVITTES [NOT US�D] 7 3.12 PROT�CTION [NOT USED] 8 3.13 MAINTENANCE [NOT US�D] 9 3.14 ATTACHM�NTS [NOT USED] 10 11 12 END OT SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No. 01265 Revised Juty 1, 2011 33 49 20 - I CURB AND DROP INLETS Page 1 of 3 1 2 3 PART 1 - G�NEI2AL, 4 1.1 SiTMMARY 5 6 7 8 9 10 11 12 13 14 15 16 1'1 18 19 20 S�CTION 33 49 20 CURB AND DROP INLETS A. Section Includes: 1. Construction of inlets, complete in place or to the stage detailed a. Including furnishing and installing frames, grates, rings and covers 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 Requu•ements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Division 3 — Concrete 4. Section 02 41 13 — Selective Site Demolition 5. Section 03 30 00 — Cast-In-Place Concrete 6. Section 03 80 00 — Modifications to Existing Concrete Structures 7. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 8. Section 33 OS 13 — Frame, Cover and Grade Rings 9. Section 33 OS 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures to Grade 21 1.2 PRICE AND PAYMENT PROCEDUI2ES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment l. Measurement a. Measurement for this Item shall be per each inlet complete in place. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Inlet" installed for: 1) Various types 2) Various sizes 3. The price bid shall include: a. Purnishing and installing the speciiied Inlet b. Mobilization c. Excavation d. Hauling e. Disposal of excess materials f. Funlishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill h. Concrete i. Reinforcing steel j. Mortar CITY OP FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 49 20 - 2 CURB AND DROP INLETS Page 2 of 3 1 2 3 4 5 k. Aluminum and castings l. Frames m. Grates n. Rings and covers o. Clean-up f> 1.3 R�I+�RENCES � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 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 speciiically cited. 2. ASTM International (ASTM): a. C478, Standard Speciiication for Precast Reinforced Concrete Manhole and Inlet Sections. b. D4101, Standard Specification for Polypropylene Injection and Extrusion Materials. c. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 3. Texas Department of Transportation (TxDOT), a. Departmental Materials Speciiication (DMS): 1) 7340, Qualiiication Procedure for Multi-Project Fabrication Plants of Precast Concrete Manholes and Tnlets. 22 1.4 ADMINISTRATIVE I2�QUIREMENT [NOT USED] 23 1.5 SITBMITTALS 24 A. Submittals shall be in accordance with Section Ol 33 00. 25 B. All submittals shall be approved by the Engineer or the City prior to delivery. 26 1.G ACTION SUl3MITTALS/INFORMATIONAL SUBMITTALS 27 28 29 30 31 32 33 1.7 A. Product Data 1. Precast Concrete Ir�let 2. Pipe connections at inlet walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 35 1.9 QUALITY ASSUItANC� [NOT US�D] 36 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 37 38 l.11 TIELD [SITE] CONDITIONS [NOT USED] 1.12 WA,RRANTY [NOT USED] CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court.& Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised luly 1, 20] I 33 49 20 - 3 CURB AND DROP INLETS Page 3 of 3 1 PART 2 - PRODUCTS 2 2.1 OWNER-FUItNISHED [ofi] OWNER-SUPPLIEDPRODUCTS [NOT US�D] 3 2.2 EQUIPMENT, PRODUCT TYP�S AND MATERIALS � 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 A. Materials 1. Concrete a. Furnish concrete that conforms to the provisions of Section 03 30 00. 2. Reinforcing Steel a. Furnish reinforcing steel that conforms to the requireinents of Section 03 30 00. 3. Mortar a. Furnish mortar per Section 03 80 00. 4. Steps a. Provide polypropylene supports and steps conforming to the shape and dimensions shown on the Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 16, "Steps and Ladders," 5. Curing Materials a. Curing materials shall conform to the provisions of Division 3. 6. Frames, Grates, Rings and Covers a. Provide frames, grates, rings and covers that conform to dimensions and materials shown on Drawings and Section 33 OS 13. b. Ensure that covers and grates fit properly iuto frames and seat uniformly and solidly. 2.3 ACCESSORIES [NOT USED] 2.4 SOURC� QUAI,ITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 26 27 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION 28 A. Removal 29 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 30 2. Drill, dowel, and grout in accordance with Section 03 30 00. 31 3.4 INSTALLATION 32 33 34 35 36 37 38 A. Interface with Other Work l. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I and Stage II. a. Build inlets designed to match the final roadway surface in stages. 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in this Section. a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FOftT WORTH 2O08 CIP Contract 5A CFuistine Avenue, Clu-istine Cow-t & Quinn Street STANDARD CON3TRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 201 I 33 49 20 - 4 CURB AND DROP INLETS Page 4 of 4 1 2 3 4 S 0 3. Construct Stage IT after the pavement structure is substantially complete unless otherwise approved by the Engineer. a. For Stage II, construct the remaining wall height and top of inlet and furnish and install any frames, grates, rings and covers, inanhole steps, curb beams or collecting basins required. B, Cast-In-Place Tnlets 7 1. Constnict cast-in-place inlets in accordance with Section 03 30 00. 8 a. Forms will be required for all concrete walls. 9 b. Outside wall forms for cast-in-place concrete may be omitted ��ith the approval 10 of the Engineer if the surrounding material can be trimmed to a smooth vertical 11 face. 12 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or 13 drill and grout steps in place after concrete placement. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 C. Inlets for Precast Concrete Drain Pipes 1. Constri.ict inlets for precast concrete drain pipes as soon as is practicable after storm drain lines into or through the inlet locations are completed. a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with mortar. D. Inlets for Monolithic Drain Pipes 1. Construct bases for inlets on monolithic drain pipes either monolithically with the stonn drain or after the storn� drain is constructed. E. Inverts 1. Shape and route floor inverts passing out or through the inlet as shown on the Drawings. 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. F. Finishing Complete Tnlets 1. Complete inlets in accordance with the Drawings. 2. Backfill to original ground elevation in accordance with Section 33 OS 10. 30 G. Finishing Stage I Construction 31 1. Complete Stage I construction by constructing the walls to the elevations shown on 32 the Drawings and backfilling to required elevations in accordance with Section 33 33 OS 10. 34 35 36 37 38 39 40 41 42 H. Stage II Construction l. Construct subgrade and base course or concrete pavement construction over Stage I inlet construction, unless otherwise approved by the Engineer. 2. Excavate to expose the top of Stage I construction and complete the inlet in accordance with the Drawings and these Speciiications, including backfill and cleaning of all debris from the bottom of the manhole or inlet. I. Form Removal 1. Forms used in the construction of "Inlets" which support vertical loads will remain in place at least 24 hours after the concrete is placed. CITY OF FORT WORTH 2O08 CIP Contiact SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTTON SPECIFICATION DOCtJMENTS City Project No. 01265 Revised July 1, 201 I 1 2 3 4 5 6 7 � 9 10 11 12 13 14 15 16 17 18 19 33 49 20 - 5 CURB AND DROP INLETS Page 5 of 5 2. Other fonns shall retnain in place for a minimum time 24 hours after concrete is placed, unless otherwise directed by the Engineer. J. Curing 1. Cure all exposed concrete as required in Section 03 30 00. K. Finishing 1. Conform to Section 03 30 00. 3.5 ItEPAIR [NOT U�ED] 3.6 ItE-INSTALLATTON [NOT USED] 3.7 rIELll (oR] SITL QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUY [NOT USED] 3.9 ADJUSTING A. Refer to Section 33 OS 14. 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OT S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 20 CITY OF FORT WORTH 2O08 CIP Contract SA Ctu�istine Avenue, Chrisline Court & Quinn Street STANDARD CONSTRUCTION SPBCIFICATION DOCiJMENTS City Project No. 01265 Revised July t, 2011 33 49 40 - 1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 1 of 3 1 2 SECTION 33 49 40 STORM DRAIN H�ADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PART 1 - GEN�RAi, 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 IS 16 17 A. Section Includes: 1. Storm drain headwalls, wingwalls, and safety end treahnents 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 02 41 13 — Selective Site Demolition 4. Section 03 30 00 — Cast-In-Place Concrete 5. Section 31 37 00 — Riprap 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 41 10 — Reinforced Concrete Storm Sewer Pipe/Culverts 18 D. Standard Details 19 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 20 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 21 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 22 1.2 PRICE AND PAYM�NT PROCEDURES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Concrete Headwall a. Measurement 1) Measurement for this Itezn shall be per each "Headwall" satisfactorily completed as specified on the Drawings. b. Payment 1) The work performed and znaterials furnished in accordance with this Item will be paid for at the unit price bid per each "Headwall" installed for: a) Various pipe sizes b) Various types c) Various number of pipes c. The price bid shall include: 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 49 40 - 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 � 32 1.3 REFERENCES 33 34 35 36 37 38 39 40 41 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. 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS 44 1. Refer to Section 03 30 00. A. Definitions 7) Disposal of excess material 8) Furnishing, placing and compaction of backfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) Corrugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up Safety End Treatment a. Measurement 1) Measurement for this Item shall be per each "SET" satisfactorily completed as speci�ed on the Drawings. 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 "SET" installed for: a) Various types b) Various pipe sizes c) Various number of pipes c. The price bid sliall inchtde: 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Brealcing back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placing and compaction of bacicfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) Corrugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up 1. Headwalls - all walls, including wings, at the ends of single-barrel and multiple- barrel pipe culvert structures 2. Wingwalls - all walls at the ends of single�barrel or multiple-barrel box culvert structures B. Reference Standards CITY OF FORT WORTH 2O08 CIP Contract SA Chdstine Avenue, Christine CouiT & Quinn Street STANDARD CONSTRUCTION SPECiFTCATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 33 49 40 - 3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 3 1 1.G ACTION SUBMITTALS/INFORMATION SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 4 1.9 QUALITY ASSUItANCE [NOT USED] 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1.10 D�LIVERY, STORAG�, AND IIANDLING A. Delivery and Acceptance Requirements l. Markiug a. Before shipment fz•om the casting or fabrication yard, clearly mark the following on each precast unit: 1) Date of manufacture 2) Name or tradetnark of the manufacturer 3) Type and size designation 2. Causes for Rejection a. Precast units may be rejected for not meeting any one of the Specification requirements. b. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. c. Remove rejected units from the project, and replace them with acceptable units meeting the requirements of this Section. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section Ol 66 00. 2. Store precast units on a level surface. 3. Do not place any loads on precast concrete units until design strength is reached. 4. Do not ship units until design strength requirements have been met. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WA.][ZI2ANTY [NOT USED] 28 PART 2 - PRODUCTS 29 30 2.1 OWNFR-TUI2NISHED (oR] OWNER-SUPPLIEDPRODUCTS [NOT US�D] 2.2 EQUIPMENT, PRODUCT TYPES AND MAT�RIALS 31 A. Materials 32 l. Concrete 33 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 34 2. Reinforcing Steel 35 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 36 B. Fabrication 37 1. Fabricate cast-in-place concrete units and precast units in accordance with 38 Section 03 30 00. C1TY OF FOR1' WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Quinn Street STANDARD CON5TRUCTION SPECIFICATION DOCtJMENTS City Project No. OI265 Revised Juty 1, 201 I 33 49 40 - 4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREA"fMENTS Page 4 of 4 1 2 3 4 5 6 7 S 9 10 11 12 13 1) Safety End Treatment will be precast for 30-inch and smaller diameters and cast in place for greater than 30-inch diameters. 2. Fabrication Tolerances a. Lifting Holes 1) For precast uuits, provide no more than 4lifting holes in each section. 2) Lifting holes may be cast, cut into fresh concrete after form removal or drilled. 3) Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. a) The inaximum hole diameter is 3 inches at the inside surface of the wall and 4 inches at the outside surface. b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURC� QUALITY CONTROL [NOT US�D] 16 PART 3 - EXECUTION 17 3.1 INSTALL�RS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPA1tATION 20 A. Removal 21 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 22 2. Drill, dowel and grout in accordance with Section 03 30 00. 23 3.4 INSTALLATION 24 A. Interface with Other Work 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1. Make connections to new or existing structures in accordance with the details shown on the Drawings. 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the Drawings. B. Excavation, Shaping, Bedding and Backiill a. Excavate, shape, bed and backfill in accordance with Section 33 OS 10. b. Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. c. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. C. Placement of Precast Units a. Provide adequate means to lift and place the precast units. 1) Utilize sufficient number of lifting holes to ensure that the units are not damaged during lifting. b, Fill lifting holes with mortar or concrete and cure. 1) Precast concrete or mortar plugs may be used. CITY OF FORT WORTH 2O08 CIP Contract SA Ch�istine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No. 01265 Revised July 1, 2011 334940-5 STOKM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 3.5 I2EPAIR A. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. 1. The repaired units will be acceptable if they conform to the requirements of this Section and the repairs are sound, properly finished and cured in confonnance with pertinent Specifications. B. Repair spalled areas around lifting holes. 3.6 IZE-INSTALLATION (NOT US�D] 3.7 rIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USEDJ 3.9 ADJUSTING [NOT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION (NOT US�D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 19 CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clvistine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 34 �41 30 - 1 ALUMINUM SIGNS AND S1GN POSTS Page ] of 3 1 SECTION 00 00 00 2 SPECIFICATION SECTION TITLE AND SIGN POSTS 3 PA.RT 1 - G�NERA.L 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Aluminum signs posted on mast arms, sigi�al poles or on the ground 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 10 11 12 1.2 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 C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Foims and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDUItES A. Measurement and Payment l. Furnishing and Installing Mast Arm ar Signal Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this �tem shall be paid for at the unit price bid per each "Furnish/Install Alum Sign Mast Arin Mount" installed. c. The price bid shall include: 1) Fabricating the aluminum sign 2) Purchase signs from the City if required in the plans. 3) Treatment of sign panels required before application of background materials 4) Application of the background materials and messages to the sign panels 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 7) Assembling and erecting tlle signs 8) Preparing and cleaning the signs 2. Installing Mast Arm or Signal Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Mast Arm Mount" installed. c. The price bid shall include: 1) Installing each Aluininum Sign C1TY OF FORT WORTH 2O08 CIP ConU�act SA Christine Avenue, Christine Couit & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July i, 2011 34 41 30 - 2 ALUMINUM S1GN3 AND STGN POSTS Page 2 of 3 i 2 3 4 5 6 � 8 9 10 ll 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 45 46 47 48 49 2) Furnishing and fabricating fi•ames, windbeams, stiffeners, or required joint backing strips 3) Fui-nishing bolts, rivets, screws, fasteneis, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work per%rmed and materials fiu•nished in accordance with this Item shall be paid for at the unit price bid for each "Furnish/Install Alun1 Sign Ground Mount" installed for: a) Various types c. The price bid shall include: 1) Fabrication of signs and posts 2) Purchasing signs from City if called out in the plans. 3) Treatment of sign panels required before application of background materials 4) Application of the background materials and messages to the sign panels 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 7) Assembling and erecting the signs and posts 8) Preparing and cleaning the signs 4. Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Ground Mount" installed. c. The price bid shall inch�de: 1) FaUricating the aluminum si�n and steel sign post including 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs and posts 5) Preparing and cleaning the signs 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Alum Sign Ex. Pole Mount" furnished and installed. CITY OF FORT WORTH 2O08 CIP Contr�aet SA Christine Avenue, Christine Court & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS City Project No. 01265 Revised Juty 1, 2011 34 41 30 - 3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 0 c. The price bid shall include: 1) Furnishing and installing the aluminum sign 2) Purchasing signs from City if called out in the plans. 3) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 4) Furnishing bolts, rivets, screws, fastene�s, clamps, brackets, and sign support connections 5) Assembling and erecting the signs 6) Preparing and cleaning the signs Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid far at the unit price bid per each "Install Alum Sign Ex. Pole Mount" installed. c. The price bid shall include: 1) Fabricating the aluminum sign 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backi�ig strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 25 1.3 REFERENCES 26 A. Reference Standards 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 1 7 3 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 Speciiication, unless a date is specifically cited. American Standard Testing Materials (ASTM) a. ASTM B209-07— "Standard Specification foz• Aluminum and Aluminum-Alloy Sheet and Plate". b. ASTM D4956 — 09e1 —"Standard Specification for Retroreflective Sheeting for Trafiic Control". c. ASTM A1011 / A1011- 10 —"Standard Specit"ication for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Stz•ength Low-Alloy, High-Strength Low- Alloy with I�nproved Formability, and Ultra-High Strength". d. ASTM Bl 17-09 —"Standard Practice for Operating Salt Spray (Fog) Apparatus". e. A.ASHTO M 120-08 —"Standard Specification for Zinc". Texas Manual on Uniform Traffic Control Devices 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of Transportation, Standard Specifications for• Cor�struction and Maintenance of Highways, Streets, and Bridges. CITY OF FORT WORTH 2O08 CIP Contract SA Ch�istine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 34 41 30 - 4 ALUM[NUM SIGNS AND SIGN POSTS Page 4 of 4 1 1.4 ADMTNISTRATIV� REQUIREM�NTS [NOT US�D] 2 1.5 SITRMITTALS 3 A. Submittals shall be in accordance with Section Ol 33 00. 4 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 5 fabrication for specials, 6 1.G ACTION SUBMTTTALS/INFORMATIONAL SUBMITTALS 7 A. Shop Drawings 8 1. Submit 5 sets of sign shop drawings to City Traffc Services Department for 9 approval prior to fabrication. 10 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 11 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUAI.ITY ASSURANCE [NOT USED] 13 1.10 D�LIV�RY, STORAGE, AND HANDLING 14 A. Delivery and Acceptance Requirements 15 l. Signs and parts sl�all be properly protected so that no damage or deterioration 16 occurs during a prolonged delay from the time of shipment until installation. 17 2. The Contractor shall secure and maintain a location to store the material in 18 accordance with Section Ol 50 00. 19 B. Storage and Handling 20 1. Ship, handle, and store completed sign blanks and completed signs so that corners, 21 edges, and faces are not damaged. 22 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 23 night and day, will be acceptable. 24 ' 3. Replace unacceptable signs. 25 4. Store all finished signs off the ground and in a vertical position until erected. 26 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 27 6. Larger signs may be stored outside, 28 1.11 rIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 PRODUCTS TO BE PURCHAS�D FROM TI3E CITY 32 A. Refer to Drawings and Contract Documents to determine if any Items are to be 33 purchased from the City and installed by the Contractor. 34 B. Items eligible for purchase from the City include: 35 1. Aluminum Signs CITY OF FORT WORTH 2O08 CIP Contract SA Chiystine Avenue, Cht�stine Court & Quinn Street STANDARD CONSTRUCTION SPECIFtCAT10N DOCUMENTS City Project No. 01265 Revised July I, 2011 34 41 30 - 5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 5 2.2 MATERI.A�I,S 2 3 4 5 6 7 A. Manufacturers l. 2. Only the manufacturers as listed 'ui the City's Standard Products List will be considered as shown in Section Ol 60 00. a. The ma��ufacturer 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. 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 45 46 B. Sign blanks l. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy meeting Specifications for 5052H38 as outlined in ASTM B 209 — 02a. 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, con•osion, dirt, grease, oil, white rust, fingerprints and/or other irregularities. 3. Sign blanks shall be degreased and etched aecording to industry standards and shall have an alodined finish applied per MIL-05541 Class lA. 4. The thickness of each sign blank shall be uniform throughout, C. Sign sheeting 2. 3. 1. Acrylic overlay film a. This iilm shall be applied to Type I, Type II, Type IV, Type IX, and other retroreflective sheeting for permanent signing. b. The film shall be equal to or better than 3M Scotchiite ElectroCuf Film Series 1170. c. Film shall be: 1) Durable 2) Transparent 3) Acrylic 4) Electronic-cuttable 5) Coated with a transparent, pressure sensitive adhesive 6) Have a removable synthetic liner — paper liner is not acceptable d. Film colors can include yellow, green, blue, brown, red, and orange. Non-reflective vinyl �lm a. This iilm shall be applied to Type I, Type III, Type IV, Type IX, and other retroreflective sheeting for permanent signing. The filni shall be equal to or better than 3M Scotchcal ElectroCut Film Series 7725. b. Film shall be: 1) Durable 2) 2 mil opaque cast vinyl 3) Coated with a transparent, pressure-sensitive adhesive 4) Have a removable synthetic liner — paper line is not acceptable c. Film colors can include yellow, green, blue, brown, red, and orange. Engineering grade retroreflective sign sheeting with pressure-sensitive adhesive backing a. This sheeting shall be combined with other components for permanent signing. b. The sheeting shall meet all Speciiications for Type I retroreflective sheeting with class 1 backing as outlined in ASTM D 4956 — 09e1. c. The sheeting shall be equal to or better than 3M Scotchcal ElectroCut Film Series 3200T. CITY OF FORT WORTH 2U08 C1P Cont�•act 5A Christine Avenue, Christ��e Cowt & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01265 Revised July 1, 2011 34 41 30 - 6 AC,l1MINUM SIGNS AND SIGN POSTS Page 6 of 6 1 d Sheeting colors can include white, yellow, orange, green, red, blue, and brown. 2 4. Very-high-intensity retroreflective sign sheeting with pressure-sensitive adhesive 3 backing in florescent colors shall: 4 a. Be combined with other components for permanent signing 5 b. Be a very-high-intensity retroreflective sheeting having the highest 6 retroreflectivity characteristics at short road distances 7 c. Typically be an umnetallized microprismatic retroreflective element material 8 d. Have a smooth outer surface that essentially has the property of retroreflector 9 over its entire stu•face. 10 1) The adhesive backing shall be pressure-sensitive, require no heat, solvent or 11 other preparation for adhesion to smooth, clean surfaces. 12 e. Be equal to or better than 3M Series 3980 13 £ Be of colors including yellow, yellow/green, and orange 14 5. High intensity prismatic retroreflective sheeting with adhesive backing shall: 15 a. Be combined with other components for permanent signing 16 b. Typically be an unmetallized inicroprismatic lens retroreflective element 17 material 18 19 20 21 22 23 c. Have a smooth outer surface that essentially has the property of the retroreflector over its entire surface 1) The adhesive backing shall be pressure-sensitive, require no heat, solvent or other preparation for the adhesion to smooth, clean surfaces. d. Be equal to or better than 3M Series 3930 e. Be of colors including white, yellow, green, red, blue, and brown 24 6. Super-high efiiciency fiill cube retroreflective sheeting with pressure sensitive 25 adhesive sha1L• 26 a. Be combined with other components for per�nanent signing 27 b. Be a super-high efficiency, full cube retroreflective sheeting having the highest 28 retroreflectivity characteristics at medium and short road distances. 29 c. Typically be a microprismatic retroreflective element material 30 d. Have a smooth outer surface that essentially has the property of retroreflector 31 over its entire surface 32 1) The adhesive backing shall be pressure-sensitive, require no heat, solvent or 33 other preparation for adhesion to smooth, clean surfaces. 34 e. Be equal to or better than 3M Series 4000 35 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent 36 yellow, fluorescent yellow green, and fluorescent orange 37 38 39 40 D, Telescoping Steel Sign Post 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled Carbon Sheet Steel, Structural Quality ASTM designation A1011 / A1011- 10. 2. Posts and anehors shall carry minimum certifiable 60,000 psi yield strength. 41 3. All posts and anchors shall be manufactured fi�om raw steel, formed and welded on 42 the coiner prior to receiving a triple coat protection of inline hot-dipped, galvanized 43 zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate 44 conversion coating and a cross-linked polyurethane acrylic exterior coating. 45 46 47 4. The interior shall receive a double coat of zinc based organic coating, tested in accordance with ASTM 8-117-09. E. Hardware C1TY OF FORT WORTH 2O08 CIP Contract 5A Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01265 Revised Ju(y 1, 2011 34 41 30 - 7 ALUMINUM S1GNS AND S1GN E'OSTS Page 7 of 7 1 l. Use galvanized steel, stainless steel, or dichromate-sealed aluminum for bolts, nuts, 2 washers, lock washers, screws, and other sign assembly hardware. 3 2. Use plastic or nylon washez�s to avoid tearing the reflective sheeting. 4 2.3 ACCESSORIES (NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - �XECUTION 7 3.1 INSTALLERS [NOT US�D] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 FABRICATION 11 A. Sign blanks 12 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 13 of buckles, warps, burrs, dents, cockles, or other defects. 14 2. Do not splice individual extruded aluminum paneL 15 3. Complete the fabrication of sign blanks, including the cutting and drilling or 16 punching of holes, before cleauing azzd degreasing. 17 4. After cleaning and degreasjng, ensure that the substrate does uot come into contact 18 with grease, oils, or other contaminants before the application of the reflective 19 sheeting. 20 B. Sign sheeting 2I 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 22 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 23 the sheeting manufacturer. 24 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 25 manner as the sign panel face. 26 4. Minimize the number of splices in the sheeting. 27 5. Overlap the lap-splices by at least 1/4 inch. 28 6. Provide a 1-foot minimum dimension for any piece of sheeting. 29 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 30 transparent films. 31 C. Sign messages 32 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 33 2. Use sign message material from the same manufacturer for the entire message of a 34 sign. 35 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 36 color and reflectivity. 3� 4. Prevent runs, sags, and voids. 38 D. Telescoping steel sign posts CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS City Project No. 01265 Revised July l, 2011 34 41 30 - 8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 8 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 0 7. l. PernlissiUle variation in straightness is 1/16 inch in 3 feet. 2. Tolerances are on the outside size. Measurements for outside dimensions shall be made at least 2 inches fi•om end of tube. Nominal Outside Outside Tolerance Dimeusions at all S'rde Corners (inches) inches 1 'h X 1 '/z �0.006 1 3� 1� 1 3� ��.��0 2 X 2 �0.008 2 '/ X 2 '/ �0.010 2 '/Z X 2 '/2 �0.010 3. Permissible variation in wall thickness is plus 0.011 inches, minus 0.008 inches. 4. Measured in the center of the flat side tolerance is � 0.01 inch applied to the specific size determined at the corner. 5, Squareness of Sides and Twist Nominal Squareness Twist Permissible iYi 3 Outside Tolerance inches Lengths Dimensions (inches) (inches) (inclies 1 '/z X 1 '/2 �0.009 0.050 1 3/ X 1 3/a �0.010 0.062 2 X 2 f0.012 0.062 2% X 2 1/ �0.014 0.062 2 %2 X 2 %z �0.015 0.075 All top posts must be capable of fracturing at the point of connection with a single anchor, when impacted, in such a manner that the piece inside of the anchor can be removed so as to allow the anchor to receive a new top post. The shape of all posts and anchors shall be square and straight with smooth tubing welded in one corner with a tolerance that pertnits telescoping of the next larger or small size, in %-inch increments. 8. All anchors shall be 12 gauge with holes that are fully per%rated 7/16-inch diameter on 1-inch centers for at least the top 4 inches of the anchor while being truly aligned in the center of the section. CiTY OF FORT WORTH 2O08 CIP Conh•act SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCllMENTS City Project No. 01265 Revised July l, 201 I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 34 41 30 - 9 ALUNIINUM S1GNS ANll StGN POST'S Page 9 ot 9 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on 1- inch centers for the entire length of the post and tiuly aligned in the center ot section. 3.5 REPAIR / IZ�STORATION [NOT USEI)] 3.6 I2E-INSTALLATION [NOT USED] 3.7 FIELD (ox] SITE QUALITY CONTROL [NOT USLll] 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Wash completed signs with a biodegradable cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt, smears, streaks, finger niarks, and other foreign material. B. Wash again before final inspection after erection. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USEDJ 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHM�NTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 21 C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christu�e Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pibject No. 01265 Revised July i, 2011 34 71 13 - i TRAFFIC CONTROL Page 1 oF3 1 z 3 PAItT 1 - GENEI2AI., 4 11 SUMMARY S�CTION 00 00 0013 SPECIFICATION SECTION TITLE 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRIC� AND PAYMENT PROC�DUIt�S 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 A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per month for the Project duration. a) A month is de�ned as 30 calendar days. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for "Traffic Control". c. The price bid shall include: 1) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 2. Portable Message Signs a, Measurement 1) Measurement for this Item shall be per week for the duration of use. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post-construction 3. Preparation of Traffic Control Plan Details CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANbARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 012G5 Revised July l, 2011 34 71 13 - 2 TRAFFIC CONTROL Page 2 of 3 1 2 3 4 5 6 7 8 9 l0 11 12 a. Measurement 1) Measurement for this Item be per each Trafiic Control Detail prepared. b. Payment 1) The work performed and materials furnished in accordance with this Ttem shail be paid for at the unit price bid per each "Traffic Control Detail" prepared. c. The price bid shall include: 1) Preparing the Traffic Control Plan Details 2) Adherence to City ai�d Texas Manual on Uniform Trafiic Control Devices (TMUTCD) 3) Obtaining tlie signature and seal of a licensed Texas Professional Engineer 4) Tncorporation of City comments 13 1.3 REFERTNC�S 14 A. Reference Standards 1S 16 17 18 19 20 21 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 speci�cally cited. 2. Texas Manual ou Uniform Trafiic Control Devices (TMUTCD). 3. Item 502, Bart•icades, Signs, and Traffic Handling of the Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Higliways, Streets, and Bridges. 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 A. Coordination l. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to implementing Trafiic Control within 500 feet of a traffic signal. 26 B. Sequencing 27 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 28 approved by the City and design Engineer before implementation. 29 1.5 SUBMITTALS 30 A. Provide the City with a current list of quali�ed flaggers before beginning flagging 31 activities. Use only flaggers on the qualified list. 32 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 33 Engineering Division, 311 W. 10`h Street. The Traffic Control Plan (TCP) for the 34 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 35 A copy of this Trafiic Control Plan shall be submitted with the Street Use Permit. 36 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 37 Engineer. 38 D, Contractor shall prepare Traffic Control Plans if required by the Drawings or 39 Specifications. The Contractor will be responsible for having a licensed Texas 40 Professional Engineer sign and seal the Trafiic Control Plan sheets. 41 E, Contractor responsible for having a licensed Texas Professional Engineer sign and seal 42 changes to the Traffic Control Plan(s) developed by the Design Engineer. CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City ProjectNo. 01265 Revised July 1, 2011 1 ' 2 3 ' 4 34 71 13 - 3 TRAFPIC CONTROL Page 3 of 3 F. Design Engineer will furnish standard details for Traffic Control. 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBIVIITTALS [NOT USEll] 1.8 MAINT�NANCE MA'T�RIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT US�D] 6 110 D�LIVERY, STORAGE, AND HANDLING [NOT USLD] 7 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 8 1.12 WA.RIZANTY [NOT USED] 9 PART 2 - PRODUCTS 10 2.1 OWNER-FUI2NISHED (ox] OWNER-SUPPLIED PRODUCTS [NOT US�D] 11 2.2 ASSEMBLIES AND MAT�RIALS 12 13 14 15 16 17 18 19 20 21 22 23 A. Description 1. Regulatory Requirements a. Provide Trafiic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meet all reflectivity requirements iucluded in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction, b. Electronic message boards shall be provided in accordance with the TMUTCD. 2.3 ACCESSORI�S [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT US�D] 24 PART 3 - EX�CUTION 25 3.1 EXAMINATION [NOT USED] 26 3.2 PItEPARATION 27 A. Protection of In-Place Conditions 28 1. Protect existing traffic signal equipment. 29 3.3 INSTALLATION 30 A. Follow the Traffic Control Plan (TCP) and install Trafiic Control Devices as shown on 31 the Drawings and as directed. 32 B. Install Traffic Control Devices straight and plumb. CITY OF FORT WORTH 2O08 CIP Contract SA Clu-istine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 4 1 C. Do not inalce changes to the location of any device or implement any other changes to 2 the Traffic Control Plan without the approval of the Engineer. 3 1. Minor adjustments to meet iield constructability and visibility are allowed. 4 D. Maintain Trafiic Control Devices by taking con•ective action as soon as passible. 5 1. Conective action includes but is not limited to cleaning, replacing, straighteuing, 6 covering, or removing Devices. 2. Maintain the Devices such that they are properly positioned, spaced, and legible, and that retroreflective characteristics meet requirements during darkness and rain. 9 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 10 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 11 lights, signs, or other precautionaiy ineasures for the protection of persons or property), the 12 Inspector may order such additional precautionary ineasures be taken to protect persons 13 and property. 14 F. Subject to the approval of the Inspector, portions of this Proje.ct, which are not affected by 15 or in conflict with the proposed method of handling traffic or utility adjustments, can be 16 constructed during any phase. 17 18 19 20 21 22 G. Bar�-icades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. H. To facilitate shifting, barricades and signs used in lane closures or trafiic staging may be erected and mounted on portable supports. 1. The support design is subject to the approval ofthe Engineer. I. Lane closures shall be in accordance with the approved Traffic Control Plans. 23 J. If at any time the existing traffic signals become inoperable as a result of construction 24 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 25 approved by the Engineer, to be used for Traffic Control. 26 27 28 29 30 31 32 33 34 35 36 37 38 K. Flaggers 1. Provide a Contractor representative who has been certiiied as a flagging instructor througll courses offered by the Texas Engineering Extension Service, the American Trafiic Safety Services Association, the National Safety Council, or other approved organizations. a. Provide the certificate indicating course completion when requested. b. This representative is responsible for training and assuring that all flaggers are qualified to perform flagging duties. 2. A qualified flagger must be independently certified by 1 of the organizations listed above or trained by the Contractor's certiiied flagging instructor. 3. Flaggers must be courteous and able to effectively communicate with the public. 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMUTCD. 39 5. Provide and maintain flaggers at such points and for such periods of time as may be 40 required to provide for the safety and convenience of public travel and Contractor's 41 personnel, and as shown on the Drawings or as directed by the Engineer. 42 a. These flaggers shall be located at each end of the lane closure. 43 L. Removal CITY OF FORT WORTH 2O08 C1P Contract SA Christine Avenue, Christine Court & Quinn Sh•eet STANDARD CONSTRUCTION SPECIFiCAT10N DOC[JMENTS City Project No. 01265 Revised July 1, 20I i ' 34 71 13 - 5 TRAFFIC CONTROL Page 5 of 5 1 l. Upon completion of Work, remove fi-om the Site all barricades, signs, cones, lights 2 and other Traffic Control Devices used for wark-zone traffic handling in a timely 3 manner, unless otheitivise shown on the Drawings. 4 3.4 REPAIR / RESTOI2ATTON [NOT USED] 5 3.5 RE-INSTALLATION [NOT USED] 6 3.G FIELD [oR] SITE QUALI`TY CONTROL [NOT USED] 7 3.7 SYSTEM STARTUP [NOT USED] 8 3.� ADJUSTING [NOT USED] 9 3.9 CL�ANING [NOT US�D] 10 3.10 CLOSEOUT ACTIVITI�S [NOT USEll] 11 3.11 PROTECTION [NOT US�D] 12 3.12 MAINTENANCE [NOT USED] ' 13 3.13 ATTACHM�NTS [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Clvistine Comt & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 City Project No. 01265 Revised July 1, 201 I APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Enviromnental Condition at Site: None GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GG6.09 Permits and Utilities: None GC-6.24 Nondiscrimination: None GR-01 60 00 Product Requirements CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDAItD CON5TRUCTION SPEC[FICATION DOCUMENTS City Project No. 01265 ' Revised July l, 20ll GC-4.01 Availabili�y of Lands All permanent improvements will be contained witlun existing rights of way of Christine Avenue, Christine Court, and Quinn Street (each a 50' right-of-way) or existing permanent easements contained within Blocks 3 Avalon Heights Volume 309, Page 77 P.R.T,C,T, and/or Block 4 Avalon Heights Volume 388-30, Page 346 P.R.T.C,T. and/or Block 3 Edna M. Burchill's Subdivision of Avalon Heights Volume 1481, Page 463 P.R.T.C.T. It is anticipated that approximately 36 Right-of-Enhy agreements will be necessary to acquire access to affected properties. The agreements have not been prepared or approved at the time of the preparation of these speciiications. Tt is anticipated that they will be prepared, approved and provided prior to construction of the project. CITY OF FORT WORTFI 2008 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 �C-4.02 Subsurface and Physical Conditions 'TI-iIS I'AGE I�JEFT INTENTIONALLY BLANK C[TY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July I, 2011 GEO7ECHNICAL �NGINEERING STUDY SiREET REHABILITATION CHR(STIN� AVENUE, CHRISTINE COURT, AND QUINN STREET FQRT WORTH, TEXAS Presented To: DeOtie, Inc. November 20b9 .... . ........... ..... ...... ... ... ... ..... .......... . .... . .. PR4JECT NU. 396-fl9-'!D ... . .... . .. .. ... . ... . .. ..... . .... . .. .. ...... ...... ...... _�...�ni,5'c�- ;:,-;. � 7636 PebUle Drive -�.,:a � _, . . ENGINEERING, IIOTC. �o�twot�, r� �6ais w�vcv.cmjengr,com November 6, 2009 Report No., 396-09-10 DeOtte, Inc.. 2553 East Loop 820 Norih Fort Worth, Texas 76118 Attn: Mr. Ciayton T.. Redinger, P E, GEOTECHNICAL �NGINEERtNG STUDY STREET R�HABILITATION CHRISTINE AVENUE, CHRtSTINE COURT, AND QU(NN S7R��T FORT WC?RTH, TEXAS Dear Mr, Redinger: Submitted here are the results of a geotechnica) engin�ering study for the referenCed praject, This study was perFormed in general accordance with our Proposal No. 08-2730 dated January 29, 2009. The geotechnic�l services were auth�rized by Mr.. Clayton T.. Redinger, P..E., Vice Fresident of DeOtte, lnc, on September 30, 2009 Engineering analyses and recommendatians are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report.. We wouid appreciate the opportunity to be considered for providing the construction materiai testing services during the construction phase of this project, We appreciate the opportunity to be of service to DeOtte, Inc.. Please contact us if you have any questions or if we may be of furfher service at this time. Respectfully subrniifed, CMJ ENGINEERING, ZNC, � �,�.>v�e TEx�isFttuvtREcrsrrtaiTorvNo F-9177 r ��P,�� ��„r'�-1-qs � �!*e � '• * }! ♦*: �• �*, . ,�. � . ..... , `('� �'\ �' ..-�—~� 7fi1�1�5 f', SAPplNGTON, N j 1 L..� �.....,-�'"' t .. .....,...,,� �{ �•. 97Q02 • �p Pro ect � g nepergtan, IV, P.E.. ��o`; S`o�N ��0��«r��,o� Texas No. 97402 �°'� "`��` y copies submitted: (3} Mr. Clayton 7 Redinger, P.E.; DeOtte, Inc. Phone (817) 284-9400 Fa� (817) 589-9993 Metro (817} $&9-9992 TABLE O� CONTENTS 1.0 2.0 3.0 4�0 5..0 6. 0 7.0 I NTRO DU CTI ON ---------------�_______�____�._....____________ FIELD EXPLORATiON AND LAB�RATORY TESTING SUBSURFAC� CONDITI�NS-------------------------------• PAVEMENT DESIGN--------------�-,-,--,�-�---------______. EARTHWORK ----------------------------------------------- CONSTRUCTION OBSERVATIONS -------------------- REPOR7 CLOSURE -----------------------------------------� P_� -1 -2 -4 _� 11 12 12 APPENDIX A �'late Plan af �orin s ----------------------------------------------------------------------____________A.1 g -------------------------- Unified Soil Classification System�------------------------------------------------------------�_________-------------A.2 Key to Ciassification and Symbols________..___..__---------------------------------_____-----------------------------A,3 Logsof Borings -----------------------------------------------------------_�._._------.._..__-------------------------A,4 — A..8 Triaxial5hear Test Reports ----------------------r._..___________________--_--___�__----------------- A,9 — A.15 Free Swell Test Resufts �--�----------------------------------____�___--------------------------______.....__.._..----A 16 LimeSeries Test Results-------------------------------------------------------------------------------------------------A.17 Soluble Sulfate Test Results ---------------------------------------------------------------------------A.18 APPENDIX B Plate Rigid Pavement'fhickness Design ----------------------------------------------------____--------------------------�.1 RepOTI NO., 396-09-90 CMJ ENGINiiERING, INC. '1.O 1NTRODUCTION 1.1 Generat This report presents the resu(ts of a geotechnical engineerin� study fnr refurbishment of Christine Avenue, Christine Court, and Quinn Street in Fort Worth, Texas. The #otai project length is approxirnately 2,400 fe�t. Portland cement concrete pavement is planned. This repart conforms to the City of �'ort Worth Pavement Design Standards Manual, 2005 Edition. Plate A.9 depicts the project vicinity and approximate locations of exploration borings. 1„2 Purpose and Scope 7he purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or #ypes of pavement suE�grade preparation and ; rnodification, provide pavement design guidelines, and provide earthwork recommendations., � Ta accomplish its intended purpases, th� study has been conducted in the foliowing phases: {1) ` i drilling sample borings to determine the general subsurface conditions and to obtain samples #or testing; (2) performing laboratory tests on appropriate sampies to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geo#echnical recommendations for the proposed construction. ; The design is currently in progress and the (ocations and/or elevations of the structure could change, Once the finai d�sign is near completion (80-percent to 90-percent stage), it is recommended that CMJ �ngineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that aur recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7. Ali plates and large tables are ; contained in Appendix A.. The alpha-numeric plate and table numbers identify the appendix in � which they appear. Small tables of less than one page in length may appear in the body af the text and are numbered according to the section in which they occur.. ` , Roport No. 396-09-10 CMJ ENGINEIIRING, INc. 1 ; Units used in the report are based on the English system and may include tons per square foot (tsfl, kips (1 kip = 1,000 pounds), kips per square foot (ksfl, pounds per square foot (psfl, pounds per cubic foot (pc�, and pounds per square inch (psi). 2.0 �IELD EXPLORATION AND LABORATORY TESTING 2.'1 Field Exploration Subsurface materials at the project site were explored by five (5) verticaf soil faorings drilled to a depth of 10 feet below existing grades, The borings w�re drilied with truck-mounted drilling equipment using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A,�. The boring logs are included on Plates A.4 through A,8 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3.. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled {Shelby) tube samplers at the locations shown on the logs of borings.. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulidown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer, In this test a 0,25-inch diameter piston is pushed into the relatively undisturbed sample at a consiant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the 1ogs.. When the capacity of the penetrometer is exceeded, the value is tabulated as �}.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected (ocations. Texas Depa�tment of Transportation (TxDOT) Test Method Tex-� 32-� specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blovv., This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively snft materials, the penetrameter cone is driven 1 root and the number of blows required for each 6-inch peneiration is tabulat�d at respective test depths, as blows per 6 inches on the log. ln hard materials (rock or RepOrf No. 396-09-10 CMj BNGINEERING.TNC. 2 { rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 biows, a total of 100 binws. The penetration for the iotal 100 blows is recorded at the respective testing depths on the boring logs. Graund-water observations during and after completion of the borings are shown on the upper right of the boring logs. Upon completion of the barings, the bore holes were backfilfed with hydrated bentonite chips and properly plugged at the surface with asphalt.. 2.2 Labaratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In additian to the classification tests (liquid limifs, plastic limits, and percent p�ssing the No. 200 sieve), moisture cantent, hand penetrometer, unconfined compr�ssive strength, and unit weight tests were �erformed. Results of the laboratory classification tests, moisture cnnient, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. Seven triaxial shear tests were performed on specimens from selected sampies to evaluate shear strength properties of the subgrade sails. The triaxial shear tests included unconsolidated- undrained (UU) tests. These tests wer� performed for CMJ Enginee�ing, inc.. by ML Testing, LLC. ; The resulis of the triaxial iests are presented on Plates A.9 through A.15. ', Two swell tests were performed on specimens from selected samples of the clays, �'hese tests were performed to help in evaluating the swell potentiaf of in-situ soiis. The results of the swell tests are presented on Plate A..16, � An Eades and Grim Lime Series test was performed an a select�d sample to identify the ; appropriate concentration of lime to acid fo soils for modification purposes, The results of the lime " series test are presented on F'late A.17.. Three solubls sulfate tests were conducted on selected soil samples recovered from #he borings. i The sulfate testing was conducted to help identifiy sulfate-induced heaving potential of the soils. � Sulfate-induced heaving can cause detrimental volumetric changes to a lime modified subgrade. ihe resuit of the sulfiate tests are presented on F�lates A. � 8. Report No.. 396-Q9-10 CMJ ENGINBEIUNG, INC. 3 The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.Q SUBSURFACE COND1710N5 3„�I Site Geology According to the Dallas Sheet t�f the Geologic Atlas of Texas, the project site is geologically � located in an undivideci mapping unit which includes the �'awpaw Formatinn, Weno Limestone, and Denton Clay, of the Lower Cretaceous age. The Pawpaw Weno Denton formation consists of limestone and shale occasionaliy with alternating clay layers. The formafion typically weathers to form residual deposits of moderately to highly active plastic clay,. 3.2 Soil Conditions Specific types and depths of subsurface strata encounter�d at the boring locations are shown on the boring logs in Appendix A, The generalized subsurface stratigraphy encauntered in the borings are discussed below. Note tha4 depths on the borings refer to the depth from fihe existing grade or " ground surface present at the time of ihe investigation, and the boundaries between the various soif types are approximate. Pavement is present at Borings B-� through B-5, consisting of 1'/ to 4 inches of asphalt surfacing, Gravel is present beneath the �sph�lt surFace in Borings B-4 and B-5, with thicknesses of 1 and 3 inches, rsspectively. No significant fills were noted within the borings. Typicai of the Pawpaw, Weno, t7enton geologic setting, the occurrence and thickness of both residuai soils and sedimentary rock can be variable depending upon elevation. Naturai soils consist of various brown, light brown, tan, and gray silty ciays, calcareous clays shaly clays, and clays. Calcareous nodules and/or deposits are generaliy present throughout the natural spils. Limestone fragments are present in select reaches.. Weathered limestone seams, typicaily 1- to 3- inches thick are noted below a depth of 3 feet in Boring B-5. The various clays had tested Liquid Limits, (LL) ranging from 28 to 76 with Pl�sticity lndices (�'I} � ranging from 12 to 51 �nd are classified as CL and CH by the USCS, The various clays were generally very stiff to hard (soil basis) in consistency, with pocket penetrometer readings of 3,� to r � Report No., 396-08•10 CM,� ENG7NEBRtNG,INC.. 4 greater than 4.5 tsf. The clay soiis had tested dry unit weight values ranging from 97 ta 114 pcf and moisture content values of the clays range from �4 to 23 perc�nt. Tan limestone is present in Barings B-1 and B-3 below depths of 1 to 5 feet and in Boring B-4 from 1 foot to 4 feet below existing grade. The tan limestane contains clay seams and is moderately hard to very hard (rock basis), with Texas Cone Penefrometer (THD) values of %4 to 3 inches of penetration for 31 hammer blows, Gray shate is present in Borings B-� at a depth af 8 feet. The ' gray shale is soft fo moderately hard (rock basis), with a Texas Cone Penetrometer (THD) test value of 4�h inches of penetration for 100 hamrner blows,. 3.3 Ground�Water Observations The barings were drilled using continuous flight augers in order to observe ground-water seepage during dri(ling. Ground water was not encountered during drilling in the borings, All borings were also dry at completion of drilling operations, Fluctuations of the ground-water f�vel can occur due to seasanal variations in the amount nf rainfall; site topography and runofF; hydraulic conductivity of soif strata; and other factors not evident ai the time the borings wer� performed. Ground water can trap atop limestone layers, occur in joints or gravel seams in the clays or via more permeable strata, 4.OPAVEMENT DESIGN 4.1 Pavement Subgrade Considerations 4.1.1 General 7he pertormance of the pavement for this reconstruction project depends upon sev�ral factors ! including: the characteristics of the supporting sail; the magnitude and frequency of wheel load applications; the quality of construction materials; the contractor's placement and workmanship abilities; and the desired period of design life. The key to success of the pevem�nt subgrade is subgrade soil str�ngth and control of water. Adequate subgrade performance can be achieved by ; modifying or stabilizing the existing soils used to construct the pavement subgrade. ; Pavem�nt sections are susceptible to edge distress as edge suppart deteriorates over tim�., Therefore, care must be taken io provide and maintain proper edge support. In canjunction with a � Report No. 396-09-10 CMJ ENGTNGL1tING, INC. 5 stabilized subgrade or flexible base course underlying the pavement, it is recommended that the stabilizeci subgrade or flexible base extend a minimum of 12 inches beyond the surface course on each side of the sireet, Maint�nance should be provided when edge support deteriorates. 4.1.2 Subgrade Preparation Aniicipated subgrade� materiais predominately consist of highly plastic silty clays and clays, with select , locations consisting of lower plasticity calcareous clays. The higher plasticity clays, those with a PI of 20 ar greater, are subject to loss in support value with the moisture inereases which oceur beneath pavement sections.. They react with hydrated lime, which serv�s to improve and maintain their support value, Treatment of these soils with hydrated lime will improve their subgrade characteristics to support pavement structures. Due to the presence of shaliow rock and lower plasticity clays, a visual abservation of the pavement subgrade should be considered following rough grading to determine specific materials which are presen# that would benefit from the addition of lime. In lieu of lime stabilization, consideration may be given to substituting a flexible base me�ting TxDOT Item 247, Type A, Grade 1 or 2 on an equal basis. Cuts can expose the limestone, These limestones provide excellent support in an undisturbed condition; however, they are difficult to cut to finished grade and some fill may be required. Pulverization and compaction �quipment often break down the limestone io a material that also benefits from stabilization, aithough large rock fragments hamper conventional mixing procedures.. Depending on the required grades, it may be advisable to undercut such areas and place a material suitable for stabilization, a lime stabilized clay or flexible base. Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts, 5ubsoil drains may be required in some areas to intercept this seepage. This can be evaluated after grading has been perFormed. . 4.2 Potential Vertical Movements Estimat�s of expansive movement potential have been estimated using TxDOT Test iVlethod Tex 124-�, Potential vertical movements on the order of 3�12 to 5%2 inches are estimated for pavernents/structures situated near existing grade in a majority of the borings, Potential vertical movements on the order of �'/2 inches or less are estimated in Borings B-9 and S-3 where Report No., 396-09-10 CMJ ENGIN1EEx11Nc.INC. 6 shaliower continuous limestone is present. Movements in excess of these estimates can occur if poor drainage, excessiv� wat�r collection, leaking pipelines, etc. occur. Any such excessive water conditions should be rectified as soon as possible.. In order to minimize rainwater infiltration through the pavement sur€ace, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. 4.3 Sulfa#e-Induced Heaving Soluble sulfate testing was conducted to check for sulfate-induced h�aving potential.. Sulfate- induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration. The lime reacts with ihe sulf�tes to cause potentially large volumetric changes in the soil. Partland cement also prnduces lime as a byproducf of hydration, and th�refore also reacts with sulfates. Solub{e sulfate levels in soils on the order of 1,000 parts-per-millian (ppm) or less are usually of low concern and warrant only observation of the subgrade during the stabilization process. The solubie sulfate levels of the tested samples ranged fram less than 100 to 640 ppm.. Since the ' samples tested were below 1,000 ppm, a single treatment process is recommended.. The single . treatment is described in Section 4,4. In addition, it is recommended that during the curing period of th� lime treatment, the subgrade be supplied with ample moisture #o allow proper hydration, and ' it should be checked for any volumetric changes that may indicate a sulfate-induced heaving condition, 4.4 Pavement Subgrade Preparation 4.4.1 Lime Stabilization Lime stabilization is recommended for all subgrade areas with pfastic clays, typically with Plasticity Indices greater than 20.. Prior to lime addition, the subgrade should be proofrolled with heavy ; pneumatic equipmenf,. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the City of Fort Worth Pavement Design Standards Manual, ' 2005 Edition, SpeGial Technical Specification (STS}. According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Speciaf l'echnical Specification, STS-003 Earfhwork, Section 3.07, the stabilized subgrade should be scarified to a minimurn depth of 6 inches and uniformly compacied to a minimum of 100 percent of Standard Proctor density (ASTM D 698), between minus 2 to plus 3 percentage points of the optimum moisture content determined by that test, lt should fhen be protected and maintained in a Report No. 396-09-10 CMJ ENG[NeEx�NG, INC. 7 moist condition until the pavement is placed. The presence of limestone fragments and calcareous � nodules in the surficiai soils can complicate mixing of the soil and lime.. It is recommended a minimum of 7 percent hydrated lime be used to stabilize the ciay subgrade soils, The estimated amount of hydrated lime required to stabilize the subgrade should b� on the I order of 32 pounds per square yard based on a dry unit weight of 100 pcf for a 6-inch depth. The hydrated lime should be thoroughly mixed and blended with the upper 6 inches of the clay � subgrade (TxDOT (tem 260). The hydrated lime should meet the requirements of Item 260 (Type � A) in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition, 4.4,2 Subqrade Pre�aration Considerations It is recommended that subgrade stabilization/flexible base extend to at least one foot beyond :� pavement edges to aid in reducing pavement movements and cracking along the curb line due to ' seasonaf moisture variations after construction. Each construction area should be shaped ta aliow ; drainage of surface water during earthwork operations, and surFace water shouid be pumped � immediately from each construction area after each rain and a�rm subgrade condition maintained., Water shouid not be aliowed to pond in order to prevent percolation and subgrade softening, and ; � subgrade treaiments should be added to the subgrade after rernoval of all surface vegetation and ; debris. Sand shauld be specificaily prohibited beneath pavement areas, since thes� more porous � soils can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized E soil may be allowed for fine grading). After fine grading each area in preparation for paving, the ' subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non- yielding subgrade. ; Surface drainage is criticel to the performance of this pavement. Water should be allowed to exit the pavement surface quickly. All pav�m�nt construction should be performed in accordance with the procedures provided in Section 4.6. 4.5 IPavement Sections Pavement analyses were performed using methods outlined in th� AASHTO Guide for [7esign of � Pavement Structures, 1993 Edition, published by the American Association of State Highway and Transportation Officials and the City of Fort Worth Pavement Design Standards Manual, 2006 �dition, The design equations were solved using AASHTO Pavement Analysis Software In the Report No.. 396-09-10 CMJ ENGINTi�xzNG, INC. 8 AA5HT0 method, traffic loads are expressed in Equivalent 18-kip 5ingle Axle Loads (ESAL) aver the design life of the pavement structure. Based on the results of the field and laboratory investigation and on soil plasticity properiies, the following design parameters were used in our tl�ickness design calculations for the proposed streets (soil parameters wers cnnservatively established for the soils that are expected to exhibit lower bearing strengths): SubgradeSoils ......................,.,..,........,,....,........,.,............,... Ciay Design Life ..............................�...........,..,,_................,._25 years lnitiai Serviceabilify ..........................................,.....�...�4.5 Terrninal Serviceability ... ...............,...............................2.0 Reliability. , .... ...... ........... ........ .. .... ...,.... ,... . ,......... ,...... . , ,... ,.,, , ,. 80°l0 Overall Devia#ion (rigid)._. ...................,,_.......,......,.........0.35 L.oad Transfer Coefficient ........� ............ ...........,..• , • •..• ,... ,. 2.7 Drainage Coefficient (rigic#}.... ........................,..............0.70 Ad'usted Desi n CBR lime stabilized ...,�.,. 7 Design CBR (raw subgrade) ................•-, .,.. J 9 � ) ......... ... .... .15 Lossof Support.. ............................_.............,.......,.......,.,; 1.0 Concrete Modulus of Elasticity..� ...............................•,..3,604,997 psi Concrete Madulus of Rupture ..........................................630 psi The following rigid pavement secfion is provided for� a Residenfial— Rural (low volume) street classificafion.. Detailed pavement design calculations and assumptions are presented on Plate B.1. The design ESALS were provided in the City ofi Fort Warth Pavement Design Standards Manual, 2005 Edition. The following pavement section is suitable for the previously mentioned assumptions. Any deviation from these assumptions should be brought ta our attention immediately in order to assess their impact on our recommendations. Pavement Section Thickness N{�terial 7 G•'� PCC Lime Stabilized Subgrade or Flexible �ase Street Growth Design Classification Factor �SAL Residential - Rural No 625,000 (low-volume) Growth According to the City of �ort Worth Pavement Design Standards Manual, 2005 Edition, the allovyable drainage coefficient for rigid concrete slabs placed directly on a lime stabiiized clay subgrade without a permeable base layer must bs no greater than 0.7, The above requirements ; directly affect pavement fhickness calculations. RBport No. 386-09-10 CMJ �NGINEERING, INC.. �. a�6 Pavement Materia! Requirements Materiai and process specifications are required to be in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, 5pecial Technical Specification. These specifications generaily include the foliowing references ta TxDOi Standard Sqecifications for Construction of Hiqhways, Streets and Bridqes, 2004 Edition. Reinforced Portland Cement Concrete: Reinforced Portiand cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,500 psi. The rnix should be designed in accordance with Item 360, 7exas Department of Transportafion Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 20Q4 Edition using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all pavement joints should be placed and constructed in accordance with the City of Fori Worth Pavement Design 5tandards Manual, 2005 Edition, Section 4..5.4 and 4,5.5. Lime Stabilized Subqrade: Lime treatment for base course (road mix) - Item 280, Texas Department of Transportation Standard Specifications for Construction and Maintenance af Highways, Streets, and Bridges, 2004 Edition. Flexible Base: Crushed Stone Flexibie Base — Item 247, Type A, Grade 1 or 2, Texas Department of Transportation Standard Specifications for Construetion of Maintenance of Highways, Streets, and Bridges, 2004 �dition. � 4.7 General Pavement Considerations � The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelling of up to 5'/2 inches, ln order to minimize rainwater ' infiltration through the pavement surface, and thereby minimizing future upward movement of the ' ; p�vement slabs, all cracks and joints in the pavement should be seaied an a routine basis afiter ` construction, Proper sur�ace drainage in the shoulders is also crifiicai to long term performance of the pavement. Water allowed to pond adjacent to the pavemen# will resuit in loss of edge and subgrade support and an increase in post construction heave of the pavement. Report No. 396-D9-90 CMJ ENGINL=L►tINc, INC. 10 5.0 EARTNWORK �.'1 City of Fori Wor#h Required Specifications The City af Fort Worth Pavement Design Standards Manual, 2045 Edition, Special Technical Specification (STS) covers the requirements for general earthwork, undercutting excavation and backfill for unstable subgrades for City Streets including excavation, compacted ear#h fill, f[owabie fill, and trench backfill. The design engineer may refier ta this specification directly in the contract documents. Related requirements are found within the Special Technical Specification. 5.2 Uiiliiies Unusual problems with caving sails or collapsing materials were not not�d at the boring locatians. Sased on the exploration borings, major excavations will encour�ter limestone in major intact units in select locations_ This limestone is generally moderately hard to very hard and will require heavy duty specialized �quipment for excavation. In addition, overexcavation should be anticipated wi#hin the limestanes, Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavatian. Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted impermeable soils, rather than granular materials in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special i'echnical Specification (STS). Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910}, Subpart P, re�arding trench excavations greater than 5 feet in depth. 5.3 Erosian and Sediment Control Ail disturbed areas should be protected from erosion and sedimentation during constructian, and ; all permanent slop�s and other areas subject to erosion or sedimentation should be provided with permanent erosi�n and sedime�t control facilities. All applicable ordinances and codes regarding erosian and sediment control should be follawed. � � Report No. 396-09•90 CMr ENGINEERING,�NC, 11 6.0 C�NSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions, In the analysis, the geotechnical engineer must i assume the subsurface conditions are similar to the conditions encount�red in the borings. � However, quite often during construction anomalies in the subsurface conditions are revealed, Therefore, it is recommended that CMJ Engineering, inc. be retained to observe earthwork and foundation instailation and perform materials evaluation during the construction phase of the project. ihis enables the geotechnicaf engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additionai tests if required and, when necessary, to r�commend alternative solufions ta unanticipated conditions� Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this repori on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should b� considered as prelirninary, It is proposed that construcfian phase abseryation and materials testing commence by the project geotechnical engineer at the autset of #he project.. Experience has shown that the most suitable method for procuring these services is for ihe owner or the owner's design �ngineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geoiechnical engineer.. 7.0 REPORT CL.OSURE The borings for this study were selected by CMJ Engineering, ine.. The locations and elevations of the borings shouid be considered accurate only to the degree impiied by the methods used in their i deterrnination.. The boring logs shown in this report contain informatiori related to the types of soil ' encountered at specific locations and times and show lines delineating the interface beiween th�s� materials, The logs also contain our field representative's interpretation of conditions that are ' believed to exist in those depth intervals b�tween the actuai samples taken. �'herefore, these ; boring logs contain both factual and interpretive information, Laboratory soil classificatian tests i were aiso performed on samples from selected depths in the borings, The results of #hese tests, � along with visual-manual procedures were used to gen�rally classify each stratum.. 7herefore, ii should be understood that the classification data on the logs of borings represent visual estimates � of ciassifications for those portions of each stratum on which the full range of laboratory soil Report No. 396-09-70 CMJ ENGINELRING,INC, 12 classification tests were not performed. it is not impliad that fhese logs are representative of subsurtace conditions at other locations and iimes.. With regard to ground-water conditions, this report presenfs d�ta on ground-water leveis as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditivns stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfa(i, temperature and other factors. Also, this repor� does not include quaniitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations, Unanticipated soil canditions at a construction site are commoniy encountered and cannot be #ully predicted by mer� soii samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properiy designed and constructed project, Therefore, provision for some contingency fund is recammended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site i conditions as ihey existed at the time of our field investigation and further on th� assumption that ` the exploratory borings are representative of the subsurface conditions throughout the site; that is, ; fhe subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. lf, during construction, different subsurface conditions fram those encountered in our borings are observed, or appear to be pr�sent in excavations, we musi be advised promptly so that we can review these conditions and reconsider our recommendations where necessary.. If there is a substantial lapse of time b�tween submission of this report and the start of the work at the site, if conditions have changed due either io natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are chang�d, we urge that rve be promptly informed and retained to reviaw our report ta determine the applicability of the cnnclusions and recommendations, considering the changed conditions and/or tirne lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and speci�cations for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are c�nsistent �rlith the recornmendat��r.s contained in this report. In addition, we are available to observe construction, particularly the RepOrt Nq,. 396-09-10 CMJ ENG1NESIt�NG,INC. 13 compaction of structurai fiil, or backfill and the construction of foundations es recommended in the r�port, and such other field observations as might be necessary.. ' The scope of our services did not include any environmental assessm�nt or investigation for the presence or absence of wetlands or hazardous or toxic materials in fhe soil, surface water, ground i water or air, on or below or around fhe site. , This report has been prepared for use in developing an overalt design concept, Paragraphs, statements, test results, boring logs, diagrams, etc.. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of fhis report. The reproduction of this report, or any part thereof, supplied to persons other fhan the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difFiculty of excavation, trafficability, etc.. are responsibilities of the contractor., This report has been prepared for the exclusive use of DeOtte, Inc., for specific application to design of ihis project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality, No other warranty, expressed or implied, is made or intended. *�** Report No. 396-09-10 CMJ $iVGINEER7NG,INC, 14 l � LEGENO. , � Bor'ing Locotlon — v --- Proposed B� Water Proposed Concrete Paving 28 B-8 �/��� w/ !nt Curb & Gutier �� , �'L�N OF B�RIi�GS �1�/.� TExGz�Ex�vG, rrrc.. STRE�T RENAB — CHR15�'lNE AVENUE PLATE •� C�fRlSTINE COURT & QUINN ST�4EET ,q. j , 1�ORT WORTN, TEXAS GMJ PRo��CT No. 396�09�10 � Major Divisions Sym Typical Names Laboratory Classiftcation Criteria � N v Weli-graded gravels, gravel- � p80 (p,o)Z m �, c GW sand mi�ures, little or no v, C„= ----- greater than 4: C�= ------ belween 1 and 3 � t}�o o fines 'y ��o D�ox�oo c r.r � �o cL c) `n � � � � � � � �� � a°, Poorly graded gravels, gravei �v �� N ��, v v GP sand mixtures, little or no �' c�i� � N Not meeting all gradation requirements for GW � � �; a'� fines � � � � � L o'N � c� U` v � N� o Z � o Siity gravels, gravel-sand-silt � ��;= Liquid and F'lasiic limtts Liquid and plastic limits � �,; � GM �; � below "A" line or P I Q ���@� mixtures ? N `• � grea ter t han 4 plottin g in hatched zone z c�'� A c ��, between 4 and 7 are � s '? `0 ``" � � ' � borderline cases �' ,� "" � � o N Q �� LI uid and Plastic Iimlts o�- �' >�' Clayey gravels, gravel-sand- �"' �" q , requiring use of dual ��, o � a GC c o � v above 'A" line with P.I. � o, � �� cla y mixtures ro � ;:� greater than 7 symbols � ro � m � m m �n �w :� rn,_ � o� i o D �`��° � �, � Well-graded sands, gravelly "' ;� ` °a �60 ( aop �, � -a c SW �� C� ---- greater than 6: C�= ----------- between 1 and 3 o ro N � v- sands, little or no fines � v, D�o D�o x D6o U � �n � c � o s � � o � � : : � ° N a�, Paarly graded sands; v� ' � � � �O � v� SP gravelly sands, little or no �� v°; ? Not meeting all gradation requirements for SW ,� ,� � � " fines � � � � �; � c � ti'u� � o o a N � L (0 p d' O N N �'r" U �' � � � '� � Silty sands, sand-silt � � � � Q �-�quid and Plastic limits o � Z c o SM � �; �� N below "A° line or P.I. less � � � �. � mixtures �, � � �, u, „- Liquid and plastic limits ��� ro N � Q o� o o than 4 ploiting between 4 and 7 � � "3 � � a o ° J � �n are borderiine cases � � �� _�' b Li uid and Plastic limif5 requiring use of dual � � m Clayey sands, sand-clay �'o a� q „„ o ��, SC =�= above A line with P I symbols � ¢ mixtures � � 'N a� � � greater than 7 0 0 U Inorganic silts and very fine ,^ sands, rock ilour, silty or o ML clayey fine sands, or clayey �, ro silts with siight plasticity � � y Inorganic clays of low to so °' '� � medium plasticity, gravelly Q�,� CL clays, sandy clays, siity clays, so N = = and lean clays � � � CH z �. `° v OL Organic silts and organic silty 40 y� clays ot low piasticiiy � 'o � � � � -p � w 30 � � Inorganic silts, micaceous or � �;� �' � MM diatomaceous fine sandy or a � oN a a MH °' c ro silty soils, elastic silts .P � � �n � 20 I i. � l�'U `' v � GL � �` CM �norganic clays of high �a �0 °' plasticity, fat ciays � � �—�'~ E 7 � uj � 4 ML a d OL `o � OH �rganic clays of inedfum to �0 10 20 30 40 50 60 70 BO 9C1 700 � �- high plastici�y, organic silts .. l.iquld Limit U .c ro�' Peat and other highly organic Pi�sticiiy Chart = p � pt soils UNIFIEA SO1L CI.ASSI�ICATION SYST�M PLA'iE A.2 SOlL OR RC}CK "!'YPES �� � ,�„ GRAVEI. L�AN CLAY UMESTONE � � + � •• SAND � 'r. SANDY — SHAL� • � •� • SILT SIITY �", SANDSTONE CLAYEY HIGHLY CONGLOMERATE Shelby Auger Split Rock Cone No PLAS7IG CIAY Tube Spoon Core Pen Recovery T�RMS D�SCRIBING CONSISTENCY, CONDITION, AND STRUCTUR� O� SOfL Fine Grained Soiis �More ►nan 30% Passing No 200 Sieve) Descrip#ive ltem Penetrometer Reading, (tsfl Soft 0 0 to 1.0 Firm 1 0 to 1.5 Stiff 1.5 ta 3.0 Very Stiff 3.0 to a.5 Hard 4.5+ COaI'S8 Gt'aIt1G'CI SOIIS (More than 50% Retained on No 200 Sleve} Penetration Resistance Descriptivs ikem Relative Densiry (blowsJfoot) 0 to 4 Very Loose 0 to 20°/a 4 to 10 L.00se 20 to �l0% 90 to 30 Medium Dense 40 to 70% 3q to 50 Dens� 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appear�nce Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sametimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usuaily in approximakely equal proportions T�RMS DESCRIBING PHYSiCAL PROPERTIES OF ROCK Hardness and D�gree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very sfiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily wifh knife; cannot be scratched with fingernail Hard Difficuit to scratch with knife Very Hard Cannot be scratched with knife Pooriy Cemented or Friable Easify crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. and iron oxide are common ceinenting materials Degree of Weathering Un�vzathe�ad �2o�k In its naturaf sta±e bsfore being exposed to atmosrheric �gents Slightly Weathered Noted predaminantly by color change with no disintegrated zones Weathared Complete color change with zones of sfight►y decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appaarance approaching soil K�Y TO CI�ASSIFlCA?ION ANp SYMBOLS PLATE A.3 Proje�t No Boring No Project Street Rehabilitation CMJ EN��rrnearrrc rrrc. 396-09-10 B-� Chr(stine Avenue, Christine Court, and Quinn 5treet - Fort Worth, Texas Locatfon Water Observations See Plate A.1 pry during drilling; dry at campletion Compietion Completlon Depth 10.0' pa�� 10-14-09 5urface Etevation Type 8-47, w/ 6" CFA � � � N cU � n cn 4 T m O'.c-O Z o � V- N N O' o � � Stratum D�scription o o �. � �� o „� � _ � z � � � � U n ��4, N� �` N= N� � G �U a� w Cf a N U? m.� o� E ca � ia 'n 4 o c'� IIc o 0 � � mah au� _IJ d_, a � �U �� �c�a ASPHALT, 3.5 inches thick 4.5+ 28 28 16 12 15 114 CALCAREOUS CLAY, tan, w/ I(mestone fragments, hard 100/0.25' LIMESTONE, tan, w/ 3- to 6-inch ihick clay seams, hard to very hard 00/2,75' 5 -- -- SHALE, gray, soft to moderately hard — 100/4.5" 1 — ----------------------- � � 0 c� � U a � d �i � C9 2 � O m LL o LOG OF BORING NO. B-'l PLATE �4.4 J Pro)ect Na. Boring No. Project Street Rehabilitafion C� �'NG[NEiR1NGINC 39B-09-10 �-� Christine Avenue, Christine Court, and Quinn Street - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completlon Completfon Depth �Q Q� Date 10-1a-09 � Surface Elevation Type 8-47, w/ 6" CFA u; a � o u -� �. pj N � W � � � Stratum C��scription � o W � mo o . :� � � �,� ,� �� V � 3�u- � 7 �..: y ti m� ,�n c�]v °u E� w Ci a u�U? m.� o�E � E �v o o c�' c o 0 � CY_ fA 4 1- A. cn :�I :a n. _l [1 �� U �� � U �. �ASPHALT, 3.5 inches thick CLAY, ilght brown and gray, w/ calcareous 4.0 62 52 � 23 29 18 � 107 deppslts, hard 4.5+ 21 100 w/ limestone fragments above 2' q.5+ 17 4.5+ � g 5� LIMESTONE, tan, w/ clay seams, moderately hard � — v � 00/2.5„ 0 � r O f3� 2 U a C9 d � M Z � O m LL � o LOG 0� BOF�lNG NO, B-3 PLAiE A.6 J i i i � � i I'il� fT _...�._.................+ Project No Boring No Projeci Stree# Reh2bilitation C� �Kcir�EEa�rrc tNc 396-09-10 g-� Christine Avenue, Christinc: Cour�, and Quinn Strest - Fori Worth, 7exas Location Water Observatfons See Plate A.1 Dry during dr�il(ing; dry at completion Completion Completion oepth 10.0' �aie 10-14,09 Surtace Elevation Type B-A�7, w/ 6" CFA � N O , L � n � m N CLL � C O o � � Stratum Description o ; � � � a a � n � � _ � a = � � � N • m C1U q,� U C� 3a �,> 7= in=' inaxi !nc � N W v o a� �? �v .� �r E m� �a v o o c � o 0 tx a m a �-- a. v� :� :� a � a 5 � c.> >� � c.� a ASPHALT, 1.5 inches thicl< — GRAVEL, w/ sand, 3 inches thick 4.5+ 96 57 19 38 16 106 GLAY, brown, w/ calcareous nodules, hard q.5+ 14 SHALY CLAY, brown and gray, w/ 1- to 3- inch 4.5+ 19 thick weathered limestone seams and calcareous q.5+ 9 64 23 41 21 97 5 lenses, hard G.5+ 1 b 4.5+ 94 51 20 31 18 1 ----------------__...._�____ 0 � F� � � U a U', 0 � m M � Z C O m LL o LOG OF BORING NO. E�-� �I.�.AT� A.$ J 3 00 ti- � �-' 2 . 00 N N N L � � L � 1 . 00 � � RESULTS . .... S .... .. . . .... .... .. .: _ . .. .... ... • :::: :::: ... � , deg 0 . : : : : .:..• .:... : : : : TAN {� 0 i - �:..i-i t I 4 E ! f t t' i I { { V 0 1..00 2.00 3 00 4 00 5 00 6.00 Nor�mpl Stress, tsf 9 . �C�. ; . . . . . . . SAMPLE N0. 1 ' WA7ER CONTENT, � 15.0 7.50 Q DRY DENSTTY, pcf 113 7 _ h SATURAT�ON, % 87 2 - �.� VOID RATIO 0.4•55 "" z DTAMETER , i n 2. 80 '� 6_00 - M *' NEIGHT, in 4_�5 � %�•��-� WATER CONTENT, % 16.2 � � 50 _ � DRY DENSTTY, pcf 113.7 L w SATURATION, % 94 5 �j r VOTD RATIO 0,455 L Q DIAMETER, in 2.80 p 3.00 HE�GHT, in 4.05 � � Strain rate, %/min � BACK PRESSURE, tsf 2.88 a 1 . 50 - C�LL PRES5URE, #sf 3 24 • FA=LURE STRESS, tsf 5.36 � PORE F'RESSURE , t s f 0 5 10 15 20 UL1'IMAiE STRESS, ksf 5.36 Axiol Strain, % PORE PRESSURE, tsf TYPE OF TEST: 61 FAILURE, tsf 5.72 Unconsolidated undrained 63FAILURE, tsf 0.36 SAMPLE TYPE: Undisturbed CL7ENT: CMJ DESCRIPT'ION: Calc. clay tan w/rock PR0.1�CT; Ll..= PL= PT= SPECIFIC GRAVITY= 2 65 SAMPLE �OCATION: B-1 � 3 1/2"-1.0' RE�1R��S : FIG. NO_ NO.: 396-09-10 DAT�; 10/26/09 TRTAXTAL. SH�AR "(ES�' REPORT PLATE A.9 1 1.20 N �' 0_80 � � � t � �. � O 40 L � - 2 . 40 r �• '� 1 60 � � aNi 1 20 u� p 0 .80 .-� a > 0 0.40 � . .... .... .... .... .... .... .... .... .... RESULTS ' ' I f j C, tsf 0 87 � deg 0 i : i i . t.. .^.i.. � i i i E i i -� r-i-i }-i-i-: 3 i :; i i . •� � � • i i i 1 3 1 F I 7 I I) i 1 t 1 t I 1 � Q 0. 40 0. Ei0 1. 20 1., 60 Normal Stress tsf SAMPLE N0.^~ WATER CONTENT, % --� ORY DENSil'Y , pcf H SATURATION, % ��� � V0�0 RATZO "" "n� ' Z DIAMETER , i n H HEXGHT, in � WATER CQNTEN?' , � �' bRY D�NSITY, pcf � SAl`URAT�ON, % VOZD RATSO ' Q DTAMETER, in HE�GMT, in ' � Strain rate, %/min BACK PRESSURE, tsf . CELL PRE5SURE, tsf �AILURE STRESS, tsf PORE PRESSURE tsf 0 5 10 15 Axial Strain, % TYPE OF' TEST; Unconsolidated undrained SAMPLE TYPE: Undisturbed DESCRZPT�ON: Clay, brown w/small rock Ll�= PL= PI= SPECIF=C GRAVxTY= 2 65 REMAr2KS : �'xc . tvo 20 U�iIMATE S7RESS, tsf PORE PRESSURE, tsf 61 FAxLURE, tsf Cf3 FA�LUR�, tsf CLIENT: CMJ OJECT: 1 20 , 0 10.3 , 0 87.3 0.606 2.80 4.14 2i 3 10�.0 93.2 0.606 2 80 4.10 2.88 3.24 1 73 1 7� 2 09 0.36 2..00 2 40 SAMPLE LOCAT�qN: Q-2 � 1 0'-2.0' NQ .: 396-Q9-'10 DATE : 1 O/26/09 TRIAXYAL SHEAR TEST REPORT PI�ATE A.1 � 4.5Q � � 3.00 N N N � � � L °y 1 50 � � RESULTS " ` " " " i i i i C, tsf 2.83 �, deg 0 ; � TAN {� 0 + ; ; � � � � � i t i i i � � ; � i � i i ;� i i i i i i i i d 0 1.,50 3 00 4 50 6..00 7.50 9.00 Normal Stress, tsf 9.40 — .-. SAMPLE N0. 1 WAT�R CON1'�NT, � 16.0 7.50 Q DRY D�NSZTY, pcf 104.5 _ � 5ATURATrON, % 72.5 �..� VOTD RATIO 0.583 N z OIAMETER, in 1.35 +, 6..00 t-� HE�GHT, in 3.00 N - WATER GONTENi, % 17.9 m 4.50 � DRY O�NSITY, pcf 104.5 �- u� SATURATION , % 81 , 4 ti> ~ VOZD RATIO 0.,583 � •�_^'.-�•� Q OIAMETER, i n 1.35 a 3•Qp HE�GHT, in 3.00 y ° Strain rate, �/min � ` : ' �ACK f'RESSURE, tsf t ..44 � 1..50 - - � C�LI. PR�SSURE, tsf 1.80 . FAZLURE STR�SS, tsf 5.6'7 � PORE PRESSUR�, tsf a 5 10 15 20 ULT�MATE STft�S5, tsf 3.1Q Axial Strain, % PORE PRESSUR�, tsf TYPE OF TEST: �t FATLURE, tsf 6.03 Unconsolidated undrained 6sFATLURE, tsf 0.36 SAMPL� 7YPE: Remold CLIENT: CMJ pESCR�PT'IQN: Cldy, brown w/small rock & 7% L.ime PROJECT: LL= PL= Pz= SPECIF=C GRAVTTY= 2.65 SAMPLE LOCATION: B-2 � 1.0'--2.0' RE�+fARKS : II FIG. N0. ROJ, NO.: 398-09-10 DATE: 1d/28/09 TRIAX�A� SHE'AR TEST REPORT PLAT� A.11 1 50 M- � � � . �� � � � t-. i-� � � 0 JQ .� � RESULTS ` ' ' ' ` ' � ! I i 1 3 i C, tsf 1.07 � deg 0 i ..;.. ...;..i; . ; ..}.:...�..i,.i..i.. .. �.. ;..: ..j..;�. . ..{..�..t.. ..t..i�.:...}.. . : . : . . . � ; ..}.. ..}..; .:; .;..i..:.�. ..i , ..}..�..i..{.. . ! � } { � t ""`"h"% '_'?"'� �-t �-i-� 'r-t i I 1 I I 1 f I t 1 ! I ! i i f 1 i S i f i � i I 7 I � Q 0 50 1.Q0 1..50 2.,00 2..50 3 00 Norrrai Stress.. tsf s aa ._ �, � S�,MPL.E NQ 1 � WAl"ER CbNTEN7, � 18.1 5 00 Q DRY DENSITY, pcf 107..1 � SATURATTON, � 88 4 H VOID RATIO 0.544 � 4 00 H D1AM�TER, in 2,78 � �' NE�GHT, in h.10 ; v, WAT�R CONTENT, % 20..4 a�i 3.00 � DRY DENSi7Y, pcf 107.1 '- w SATURA'f'�ON , � 99 . 3 ti M VO=D RATTO 0..544 :::: :::: � � ; : ; : :..�..:....:..: .:..? : : : ; Q DIAMETER , i n 2 , 78 o �'04 HETGHT, in 4.10 I �' ' ° Strain rate, %/min u�i ' '• ` � ` ` ' : : � BACK PRESSURE , t s f 2 . 88 0 1 , 00 — — — CELL PRESSURE, tsf 3.24 FAiLURE STRESS, tsf 2.13 p PORE PRESSUR�. tsf 0 S 10 15 20 ULT�MATE STRESS, tsf 2.12 Axial StrQin, % PORE !'R�SSUI�E, tsf TYPE OF TEST: �� FAILURE, tsf 2.49 Unconsolidated undrained 63FAILURE, tsf 0.36 SAMPL.� TYP�: Und i sturbed GLZEN'(: CMJ DESCRIPTION: Calc.. clay tan PROJECT: LL= PL= PZ= SP�C�F�C GRAVZTY= 2.65 SAMPL� I�OCA7ION: B-3 � 1 0'-2..0' REh�1ARfCS : Fzc. No. ROJ . NO, ; 396-09-10 DATE: 10/26/09 iRSAXIAL SH�P,R TEST REPORT PLATE A.12 e 2 . 25 � � }.50 � � v � ,� � � v Q.75 s � RESULTS '''' �'�� C, tsf 1.4� �, deg 0 TAN {� 0 ' � , _ � ,-;-:: .; � ; •� � i i f i i i i i , i i � 0 0 75 1.50 2.25 3.00 3 75 4 50 Normal Stres.;, tsf 6.00 ' SAMPLE N0. 1 WATER CONTENT, % 19.0 5.00 — -� DFiY DENSITY, pcf 98 7 _ � SATURATION, � 74.7 H VOZD RAT70 0 675 N 4 00 H DZAME7ER, in 1.35 � FiEIGHi, in 3.00 N WATEft CONTENT, % 21 � aNi 3.00 �j QRY Q�NSTTY, pcf 98 7 L � w SATURATiON, % 83.2 .. :,:: :::: � .::: i-- tn '. :.. ':.. ..i..: : � .. � : � i i i i : VOID RATTO 0 , 675 .... . :: t : : : .. . :..�--• ..'..: .:.. Q 07'AMETER � i n 1 .35 p 2,00 HEIGHT, in 3,00 � ° Strain rate, �/min � BACK PR�SSURE, tsf 1 44 0 1.00 • CELL PRESSURE, tsf 1 80 FAILUR� STR£SS, tsf 2 86 p POftE PRESSUR�, tsf 0 5 10 15 20 ULTSMATE STRESS, tsf 2..06 Axial Stroin, % PORE PRESSURE, tsf TYPE OF TEST: �St FA�LURE, tsf 3.22 Unconsolidated undrained 63FAILURE, tsf 0.36 SAMPL..E �1"YC'E: Remo I d CLI�NT: CMJ DESCRTPT20N: Caic. clay, tan vr/ 7% Lime PROJECT: L�= PL= PT= S�'ECIF'IC GRAVITY- 2..65 SAMPLE LOCATION: B-3 � 1 0'-2.0' REMARKS: i FiG, N0. R0� . No .: 396-09-10 DA7� : 1 0/28/09 TRIAXTAL SHEAR i ESl' ftEPOR i PLAT� A.'13 i�►��l � N *� 0 , $0 u� � v � � N L � �.�Q L � RESULTS ' " � " ' i i F i t C, tsf 0.79 � deg 0 TAN � 0 � � � � "! � �' � : � ���� � �� �� � � .� ; i { i s. � �-i '--i� ;-; - '�;_; .+-;�;._; i .i i i t i �i i i i i i i~ i u-i 1 Y> I i t t i ! 1 S 3 1 � i l � � 0 40 0.$p 1.,20 1..60 2.00 Normol Stress, tsf 2 40 2 . 40 • —��--- SAMPLE N0. 1 i;, � WATER CONTENT, % 15..9 2.00 Q DRY DENSTTY, pcf 105,.5 � SATURATZON, % 74,0 � F-.{ VOID RATIO 0.568 � 1 60 H p�METER , i n 2. 85 '� HETGHT, in 3.85 �� � tn WATER C�NTENT, % 21 3 I v 1.20 � DRY DENSITY, pcf 105.5 I +� w SATURAT�ON, % 99.2 I, u1 ~ VOIp �2ATI0 0.568 a 0,80 Q OZAMETER, in 2.85 ,, HEZGHT, in 3.$5 ° 5train rate, %/min � � �,� ' BACK PRESSURE, tsf 2.8$ CELL PRES5URE, tsf 3.24 �A:CLURE 5'iRESS , t s f 1 58 p PORE PRESSURE, tsf 0 5 10 15 20 ULTIMA7� STR�SS, tsf 1 58 Axial Strain, � PORE PRESSURE, tsf TYP� OF TEST; 61 F'AILURE, tsf 1 94 Uncansolidated undr4ined �3FATLURE, tsf 0.36 SAMPLE TYPE: Undisturbed CLIEIJT: CMJ � � bESCR2PTTON: Clay, brawn PROJECT: Li�= PL= PT= SPECIF'ZC GRAVITY= 2..65 SAMPL.E LOCATION: 8-5 � 1..0'-2.0' REMARKS: , ��� ROJ . NO. : 396-09-10 DATE: 10/26/09 TRS�XIA� SNE�R TEST REPORi P�.ATE A.14 1 , 50 N �' 1 00 N � N L �-+ N L � 0 , 50 � � RESULTS ' ` � " ' ' i ; i C, tSf 1 .26 ..:....:..:...:...�.....:..:..:.. � deg 0 : � ' : ; ..i�%�i i i TAN ¢ 0 �-,• i i: >�� i i � i i; `t `H'-. .--�'--t-• •-i--'`' - i i f i � i i t ' t t F i .!{ I t� f . 1 t 1 •� i t i O 0 0 50 �..00 �.�0 2.0o z..�o � o0 No�mal Stress, tsf 6.00 -- ~-•• — SAMPLE NO.. 1 � WATER CONTENT, � 20.1 5.00 , Q QRY DENSTiY. pcf 96 9 _ � SATURATION, % 75,1 - F..{ VO�D RAT'IO 0.708 � 4.00 H DZAME'TER, in 1..35 +' , HEIGHT, in 3.00 � N WA7�R CONTENT, 7 22.6 aNi 3.00 - � QRY DENSZTY, pcf 96 9 � w SATURATION , 9' 84. '7 u� � VOTO RATIO 0.708 :::..:. .:..:..::. :::: ::: Q DiP,M�TER , i n 1. 35 o Z.�p HEIGHT, in 3.00 � ° Strain rate, %/min v �'•:: � BACK PRESSURE, tsf 1 44 0 1,00 CELL PRESSURE, tsf 1.80 �AT�URE STRESS, tsf 2.53 p PORE PRESSURE, tsf 0 5 1� 15. 20 ULTIl�ATE STRESS, tsf 1 85 Axial Stroin, % PORE PRESSURE. tsf TYPE OF TEST: 6� �ATLUR�, tsf 2 89 Unconsolidaked undrained 63F'AILURE, tsf 0.36 SAMPLE TYPE: Remoid CLXEN-i': CMJ DESCRTPTrON: Clay, brawn w/ 7% Lime PROJECT: Ll�= PL= PI= SPECIFIC GRAV�TY= 2.65 SAMPLE LOCATION: B-S � 1.0'--2.0' RE�IARKS : PROJ, No.: 396-09-10 DATE: 10/2$/09 TF2�AX�AL SNE,4R TEST REPORI' �zc . r�o . PLATE A.7 5 FREE SWELL TEST RESULTS Project: Street Rehabilitation Christine Avenue, Christine Court, and Quinn Street - Fort Worth, Texas Project No,: 396-09-10 Free swell tests perform�d at approximate overburden pressure CMJ ENGINEERING, Ttvc.. PLATE A.'IB Project: Project Na L1ME SERtES TEST RESUL.TS Street Rehabi(itation Christine Avenue, Chris#ine Court, and Quinn Street - Fort Worth, 7exas 396-09-10 Boring Na.: B-2 D�pth: 2' t� 3' Material: Silty Clay Percent Lime pH 0 7,12 2 12.,23 4 12,.38 6 �i 2..46 8 12..49 10 12,51 CMj ENGINEERING, INC. PLATE A.17 SOLUBLE SULFATE TEST RESULTS Project: Street Rehabilitation Chrisfiine Avenue, Christine Court, and Quinn Street - F'ort Wor�h, Texas Project No.: 396-09-1 q Boring Na.: B-2 Depth: 4" ta 2' Material; Silty Ciay Method Result TxDOT Tex 145-E <100 ppm Boring No.; B-3 Depth; 3..5" to 1' Material: Clay Method Resuit TxDOT Tex 145-E 64Q ppm Boring No,: B-5 Depth; 4 5" to 2' Material: Clay Method R�sult TxDOT Tex 145-E 380 ppm Note: 1) 1 ppm = 1 part per miilion CMj ENGINEERING, INC. PLATE A,') 8 GC-4.04 ITnder�rou�.d Facilities 1� . ; ; ; ,_ . . ` , . ' CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011 i 1 ��� .,; Fj( ���� ,ni. 7 ' i:;�� '' . � �."[ i{ ' . `.� �`k t.� a��. .� ;�, ,' 4 t' ��1iy!:'ier� . � --------------•--- — ..--- �----�—_.__----_. _-__ -- ... . . . - -- , t.. -, � . ' - � �� � _ W Q, z - _ N � � ra x o � � I � x,5se6g7 . - . ,... .... ... .. . . ... � . . , .... .., . NW. ~ .� � � I RA�BR �.. . �4 .. ... . . . ... . �. . . �ZM I-- a � • w m . t �n eC� ,, zt� :Z I- cq z„ P HZ W H fn Y� .�. L "s- ��..� .. . �.� . . . . . N ?'QY � Z� H�� � � �` � U F'- F' •• o 0 J ��' .5 . . �€e . .. � . . . . ..... .. . �: Z � No � �OQ =�U z �'' W W o�. !i' ..� � .£ �� . o�A . ' : .. , . .. , '�i , JF q i4..WUQ Q � n � l W Q ..<1 {I . =oB '��. . . ��� ., � �� �� ww a �� �OZ a. �a ..-I, Ez � :1� � .��, . .. ..� �.1 6a N p¢ Nx0 v m . t`= a S' =w3 �, , Gi . Z �� �V� . n, ' '^. ; 3..m; a��se €.,a / �1�'� , � ' a � az t t— �{n � � ° ? -\ �. � ;� r s`sg . �� P/ 1 0 fr� ltl¢ ` _ �� s��i: ._ � ... ---- "/' / �'���;.. ..._v .. _. ,.� �7`� �,:� . .N ' �l� ¢::�� �a y ~ � - Cd:� ./ � ..1`,l�J Q�H 1 U,j.,.. J�V... . . . .. . Jr� �lVC� . F-.� �- 1 }�". b � W �,�'�?z 3 S I- � . '3�V �IZN3N�W` /e�° / . �� � 3 a Q o� ! -. ,.. . . � _ � _ . - :. : � ' . . _ .•$ � $ � - , -:-, "- . ..�_. . . � , � . - 0 ti - . ' x�' ' /' . � . . . � . . , � {� b , • � z ���. -------r ------ _ � ' � ti � � � " ��� �� � � � �� � . ^ $ ( 8 � , ' . . . . . . r �� . .5 � � . ____`_.� �-.__—__._ �63�q . . . . . . . . . . � . .. ��l �{' :.�, �r� - �� .,. p H I . �,°!t? � - R o�i ..( . ��. ; . . � ' � I ,�_ i }��,Q. � � . �� �.�, � � . . ,r � I � Ca q .. ' � � � �.�� t .�� S Y� �7 s r� . -�tl � i�� r.r � i�� . wr f'; .i' - . �_-„ai�+.i�r,. . . , . ,. . a..�. . "kti..n. �it..: �Q .. % , . ''' � �2�" r..�J,�...,�i�.. ..� .��3 �,r,. -.;t,..,�. s:.=',� �.,+.;; �.R �z zt-.,ni.�'r ��.,..�.t-�n�` � I-'------ � �3.a i �g G>� . .. � � ' ___ a __-{ o � ` „ z g� ��g _ . � z � -------I 4 I-_----- � n�=y�� .: �.. ., . . . � � ����� . . ..,;,. ... . . . . . . _ .. . . .. . _ . . ._ ..... ... - - - _ _ � ;. . .. 7. . _ . . �_ ......_. . , . , � . ��o . . _� ..__._ _. _ ___..—__-� w �------- � � ,�: - f.,.,..� . ��:� ,._.: ._ .� ..__.:.. �»;„;,—...�..:..:�.'... $� .r��:�.. _rr - r� � . � � ,. .. �.� v.- _ . _ _.:.� . . . :.. . ._�..,_._�_T._. . . � ...._.._. . , � . _ .,..�,. . , .,.. _ _ . ._ - _,..:". : ,;x�. t :�c y-��-�,>w�r rr.... . yi:* A ., . . .. Q . . .. . _ .. .- ; . . ' � ,o�oa n . . . -_.. .. _.. .... . . . . . , _ . __ . .M� . � .r . � . ... . � . � __ _ � : ___ __ � . : . . _ . .. . . _, _ � �� A . � , ' ' - . ' �� �Y I . �� 4 � � . .. . � � �. .. . . .. . . .. _ ..... ... . . �. . . . . . . Y _"�_" � . f1J � "_"_ � . . . . . .. . . . .... . . . _ � . � . .. �. . . . � .' . - i. .. . Z � . . . . ' . . . . . . . . . . . . i' . . . R Z I . � . .... .'. . . 'i I e . . . .. . �, . . H $ � t �{I . . . . . . _ . _^- . N . . � . .. . Q . � . . . ..... . . � . ..,. �� ... . .J 1: . __—__— �-'��_�- . ' ... _ +... , � R ui i R n ' � . . _ . I $ \S / . �� nN � . . � � � h �''� \ �i� . . I N �'' � � /�� �/ mnN�Wmry . . . . . . a ) ^ ��R3�^�h �� � ;.�� �� ,/ ,<�..�av .•=�� B� \ /� a a ` � .� � . �, .' . � . . . . . � �' q' . . ��� �.N \/� R � ' f.�/ . i�. . , . .. . ' . . �� ' .-�� . �\¢ � / /�;��/. . .. . . , . . .. ' .. �� - . , � _� . . . . . . �/ �\� \\ �' � . . �.. .���. .. . . . . ..'.... ..-' ��: .:...�s' .� � % q / .,.. . . . / i . . . . . , g �\ � - ji .� � .. . _ . . � ,µj. �;:, �:: = , �-,. ,�� � ..... . �.- � 6) \ v �� �` _ ' ' .� / .. J � `/ � " � . ; a ' , ,``�'� ,i � . . , -• . . .. _ _ �, ._ �.. i , � . . � .�i v .�.�_,�T� // Pi � � f � a.a . . .. . . . ... . . . 1 .. �Lb . . • k ��y��S /f /' , .� �� . . . . .. f _ . . . a . aQ ��� �./ / ��ti� �;�,2ti�� . ;/. . °'��n, . � .. . . . ... k�o�`i . . ' J� tj': � ' �. ' .��iN, . � . i / b.F� ` ��tBb . . /���� � � b �� . . .. , . ebm'pi �� � � ; Yt .' . . � '1' , . . , .. t. �*�tiC . . . . . . . V . �_�, . � „ '' . . . , . M � ' '�, 4 � � ... .. �. . Oti ' _ �ff . . h. . � � . . . .. . .. . . . . �. �� . . . . . . .. . , . .. .. , � �..���. . .. . �y . . . . . � .. . ,. . :. . � . .. . � .. � . .. .; , . .. . .. . :, , . , , .. .. �.. ,., . . . ' ' '' ��'�t � ._ T ,, s. . . ... y i� ' . . . . � .. ,,,. ... .. . .. . ., ... . . I . . . 4 _, . .' ..., . . . :.. `. - _.. :_., -. � ! � GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PA.GE LEFT I1o1T�1�1TIOloTAI.L�' BLANK �.. CITY OF FORT WORTH STANDARD CONSTI2UCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll 2008 CIP Contract SA Christine Avenue, Christine Court & Quinn Street City Project No. 01265 �'t7 RT ��T i� City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the MfWBE goal is applicable. if fhe 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. MIiNB� Pi�OJCC7' GC7AL5 Th� City's M/WBE goal on this project is �% Of the tOt81 bld (Base hld applies to Parks and Community Servlces} . /� p�0.QG4'0'',� U � #� COMPLIANCE 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. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered resaonslve to the saecifications. �i°ri'ta C7��;x>r� �;Fiali ilral�v�;r'���ta V�1��UL�� cJr��u�n��t�tir�i� 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: o enin date, exclusive of the bid o enin date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated oal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE artici ation: o enin date, exclusive of the bid o enin date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid erForm all subcontractin /su lier work: o enin date, exclusive of the bid o enin date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed oal. o enin date, exclusive of the bid o enin date. _ FAILURE TO COMPLY WITH THE CITY'S M1WBE ORpINANCE;',WILL RESUL.t IN THE NON-RESPONSNE :TO SPECIFICATIONS '` Any questions, please contact the M/WBE Office at (817) 392-6�104. �G CONSIDERED Rev. 11 /1 /OS FoR�r,,� x PRIME COM �I S� 1` PROJECT N ��,� s `�� " ATTACHMENT1A Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form Check applicable block to describe prime CIP CONTRACT 5A CHRISTTNE AVE., CHRISTINE CT. & QUINN ST. Project Go Prime's M/WBE Project U I� .3 �° °�o MM!/DBE � NON-M/W(DBE BID DATE Id. l � Sl�.o � i PR JECT NUMBER 01265 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 into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor ta a subcontractor is considered 15'tier, a payment by a subcontractor to its supplier is considered 2"d tier _ ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX. DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (MNVBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive fuU M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement Rev. 5/30/03 1;'-15-1 1P0 :: .. ) ATTACHMENTIA �OR�� � �� 1� C j/l) Page 2 of 4 Primes are required to identify ALL subcontractors/suppiiers, regardless of status; i.e., Minority, Women and non-MNVBEs. Please list M/WBE firms first, use additionai sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name � N T Detail Detail Address e M W � X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B g T � W E E R O B' C T E A "�r� f�i� i ��1 C q �ROBERT GRANADOS TRUCKING TT� �, ��� � ��' i6� � 5412 Kingslink Circle � U Y Fort Worlh, Texas 76135 I �� L{s I(8 ] 7) 237-3520 I 1 � . � rA�-�, c� � Roadrunner Traffic Supply, Inc. � �Yl-i Y� � � � � O � � � O 3200 Marquila Drive I Fort Worth, Texas 76116 c� n� � j�,S phone: 817-244-0305 � i'ax: 817-244-4819 �� � a�c� �,OD NIJ PIPELINE INSPECTION, INC. �-�rn� ��,� PO Box 851 � �•�- � GranUury, TX 76048-0851 � L� h P Melody Bende�vald (817) 946-1126 �u �e I � 3�, 000-°D SUN COAST RESOURCES INC. � Teri Bateman PO Box 972321 � Dallas, Texas 75397 v (800)677-3835 s655 ��P�-��'P�- ai,��°� HD SUPPLY �VATER�VORI{S, Ltd. �- 'i -F{�1 ✓?"�S� � PO Box 840700 1' � Dallas, Texas 75284 �/ � � J'��j (817)595-0580 �'pe`�'�'-�' � � ���4�° RINICCR MATERIALS POBox730197 I ���� � Dallas, Texas 75373 —0197 �� Iv� S 17) 491-4321 Rev. 5/30/03 ATTACHMENT1A FUKT,W�H�TH Page 3 of 4 � Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MNVBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) � SUBCONTRACTOR/SUPPLIER T n Company Name ; N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r g g R O B E E C T E A Rev. 5/30l03 � - � �;.. � 11'�_)� . , �� ,,, ,,. � ,; :. . ,) FOR'I' WORTH �y ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ I 2� �� b� �J Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers � 2J (�/ (P3 �. d� TOTAL DOLLAR AMOUN7 OF ALL SUBCONTRACTORS/SUPPLIERS $ �(� �� SI D��� The Contractor will not make additions, deletions, ar substitutions#o this certified list without the prior approval gf the Minority and Women Business, Enterprise Office Manager or designee through the submittal of a Request forApproval of Change/Addition. 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 ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MNVBE 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 M/W/DBE(s) arrangements submitted with the bid. 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/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or d ebarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create 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. �•D. �ox l��cu8 Address �a <� o <�� �X `� (� l ( °I CitylStatelZiM J � rc o�-�s�e. Printed Si ature �1 �'� �ontact Name/Title (if different) �, �1bn � �'� ��_7,)53y-�'7ti3 ��►��5.3�-�55� Telephone andlor Fax �(? �( �( �/ � Ccarr,��-�e �' . � o ��-mail Add ess I I Date Rev. 5/30/03 �anr�t��e r �-�i t,�-►� 1 X� L��_ CompanyName �'CJ R'T W+U RT H � ATTACHMENT1B Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY N AME: Check applicable block to describe prime MNV/DBE NON-M/W/DBE PROJECT NAME: CIP CONTRACT 5A CHRISTINE AVE. , CHRIST2NE CT. & QUINN ST. BID DATE City's M/WBE Project Goal: PROJECT NUMBER 01265 % Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that 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 performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(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 M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional andlor 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. — Auihorized Signature Title Company Name Address CitylState2ip Printed Signature Contact Name (if different� Phone Number Fax Number Email Address Date Rev. 5/30/03 � If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All 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 complete ATTACHMENT 1C. This form is only applicable if b9ih answers are yes. ���I'--�� I 1 i'!` ::�� ��- ��,, ATTACHMENT1C Page 1 of 3 �Ca RT 'V'�CJ RT �T —� City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe -/ prime �� �� � � S�Y� �"� � , � � MNV/DBE NON-M/W/DBE PROJECT NAME: CTP CONTRACT 5A CHRISTINE AVE. , CHRISTINE CT. & QUINN ST. BID DATE I� City's M/WBE Project Goal: PROJECT NUMBER I � % 01265 If you have failed to secure M/WBE participation and you have subcantracting andlar supplier opportunities or if your DBE participation is less than the Cify's project'goal, you must complete'this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by-:the Managing Department on or before 5:00 p.m. five (5)'City business days after bid :opening, exclusive of bid opening date,'will resulf in the bid being considered non-responsive to bid specifications. 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 M/WBE or non-M/WBE. (DO NOT LIST NAMES OF F� IRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use addifional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities �ru. t� i�� � � C� �`r� ' C OYl-} I .Sv1 � c�.-, o �. L.� � �(� � � � i �--I�q I P Rev. 05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M1WBE subcontractors and/or suppliers from the City's M/WBE Office. �Yes No Date of Listing �� /� S I �� 3.) Did you solicit bids from MNVBE 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? 1/ Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MNVBE 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 MNVBE firm, ep rson contacted, phone number and date and time of contact.) No NOiE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide MIWBE name, date, Eime, fax number and documentation faxed. - - NOTE: If the list of MlV116Es for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. `ff the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less'than ten to be in `compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of pJans and specifications in order to assist the MIV11BEs? ��Yes No Rev. 05/30l03 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. �-''15-�� If'0;': 19 RCVD ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder 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 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 on this contract, by an authorized officer ar employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in ood faith. It is understood that any M/WBE(s) listed in Attachmen C ill b on ted and the reasons for not using ther: will be verified by the City' E ic � o Signature Printed Sig ature ��� r�l ��,� - � �-�n -� Title Contact Name and Title (if different) 1����SP �( l, S-►-Yu. 1�x.,� �-� Company Name �.(�.�o� 15��� Address /��W�I�i 1� �W�� I City/State/Zip <�)�i534�►7y3 �il�l�y-�10 Phone Number Fax �Sumber ,� ���1 Ca, � c>rti,-4 S�P r• C,��rn �EMail Ad ress � I � Date Rev. 05/30103 Joint Venture Page 1 of 3 Fo�z' Wc�K��t w�� CITY OF FORT WORTfI Joint Venture Eli�ibility Form All q«esfio�:s nrust be answered; e�se "NA"if npp[icnbl� Name of City project: CIP CONTRACT 5A CHRISTINE AVE. , CHRISTINE CT. & QUINN ST. A joint venture fonn must be completed on each project RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheefs if additiona! space is required to provide detailed explanations of work to be performed by each f irm comprising the 'oint venfure M/WBE firm Non-M/WB� name: flrm name: Business Address: Business Address: City, Stale, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Pacsimile Cellular Cellular Certificatiov Status: E-mail address Name of Certifying Ageucy: , Rev. 5/30/03 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of j oint venture: (Do not complete if �his inforn�ntiai is described in j oint ventto�e ngreement) Profit and loss sliaring: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and fiim those individuals (with titles) who are responsible for the day-to-day management and decision mal�ing of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------ --------------------------------- b. Marketing and Sales ----------------------------------------- c. Hiring and Firing of management personnel --------------------------------------------- d. Purchasing 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 M/WBE percentage applied toward the goa I 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/WBE 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 MM/BE Ordinance. Rev. 5/30/03 Joint Venture Pa e3of3 AFFIDAVIT The undersigned affiims that the foregoing statements are true and cori•ect and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersi�ied shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reseives the right to request any additioual information deemed necessary to detet7nine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and iiles of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with tlus provision shall result in the termination of any contract, which may be awat•ded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. -------------------------------------- ----------------------- ------------------------------------------------------------------------------------------------------ Name of M/WBE fiim Name of non-M/WBE finn Printed Name of Owner Printed Name of Owner Signature of Owner Signature of O�vner Printed Name of Owner Printed Name of Owner Signature of Owner Si�mature of Owner Title Title Date Date Notarization State of On this County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Na�ne Notary Public 5ignature Commission Expires _ (sea!) Rev. 5/30l03 Page 1 of 4 F��—�- �� � City of Fort Worth Subcontractors/Suppliers Utilization Form for Chanqe Orders PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MNV/DBE NON-MNV/DBE CIP CONTRACT 5A CHRISTINE AVE., CHRISTINE CT. & QUINN ST. ChangeOrderDate City's MNIIBE Change Order Goal: Prime's M/WBE Change Order Utilization: PROJECT NUMBER % % 01265 Is this form being submitted with the Acceptance of Previous MWBE Commitment Form ? Yes � No �, If yes, provide the MWBE commitment percentage % 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;buslness 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 snter into a formal agreement with the M/WBE flrm(s) listed in this utilization schedule, conditioned upon execution of a Gontract with the City of Fort Worth. The intentianal and/or knowing misrepresentation of facts is grour�ds for consideration of'disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties: Identify ; each Tier level. Tier is , the level' of subcontracting ;below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 S` tier, a payment by a subcontractor to its supplier is considered'2�d tisr: ALL M/WQEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doinc� business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or wc�men businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of 'fransportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/W��men Business Enterprise (M/WBE). If hauling ,serv%ces are utilized, the,prime will be given, credit as long as 'the M7WSE;listed owns operates at least one fully licensetl and'operational truck to be used on fhe contract. The MIWBE may. le trucks from` another M/WBE firm, includinq'M/WBE'owner'=operators, and receive full M/WBE credit, `' 7/8/10 Page 2 of 4 M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will oniy receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name � N T Detail Detail Address e M W � X M Subcontracting Work Supplies Purchased Dollar Amount r e B T D W TelephonelFax R o B E E � T E A j]i�l; � Page 4 of 4 City/State/Zip Date Ji �_I t� � � lJ � U . _ � �..J � _ , 7/8/10 � � ', ':, �; � . :R' � • � ; .> � � : '. ` ; ' ; : ' ; �. F ,' • �: CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July l, 2011 General Decision Number: TX100042 09/16/2011 TX42 State: Texas Construction Type: Highway Counties: Archer, Callahan, Clay, Collin, Dallas, Delta, Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tarrant and Wise Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Modification Number Publication Date 0 09/16/2011 SUTX2011-007 08/03/2011 Rates Fringes CONCRETE FINISHER (Paving and . Structures) ......................$ 14.00 ELECTRICIAN ......................$ 19.80 FORM BUSLDER/FORM SETTER Paving & Curb ...............$ 13.15 Structures ..................$ 13.82 LABORER Asphalt Raker ...............$ 13.01 Flagger .....................$ 10.28 Laborer, Common .............$ 10.75 Laborer, Utility............$ 12.38 Pipelayer ...................$ 13.17 Work Zone Barricade Servicer ....................$ 11.46 POWER EQUIPMENT OPERATOR: Asphalt Distributor,........$ 15.72 Asphalt Paving Machine......$ 19.93 Broom or Sweeper............$ 11.99 Concrete Pavement Finishing Machine...........$ 16.05 Concrete Saw ................5 14.67 Crane Operator, Lattice Boom 80 Tons or Less........$ 17.27 Crane Operator, Lattice Boom over 80 Tons...........$ 20.52 Crane, Hydraulic 80 Tons or Less .....................$ 18.22 In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. --------------�------�------------------------------------�----- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be. ' * an existing published wage determination ' * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a posi�ion on a wage determination matter ' * a conformance (additional classification and raCe) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey pragram. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Aour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in l.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.II and 29 CFR Part 7 ) . Write to: Wage and Hour Administrator Gl�.-01 60 00 I'roduct Requirements � • � ` • � ' • CITY OF FORT WORTH 2O08 CIP Contract SA Christine Avenue, Christine Court & Quinn Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01265 Revised July 1, 2011