Loading...
HomeMy WebLinkAboutContract 59904-PM1CSC No. 59904-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Water, Sewer, Paving, Drainage & Street Light Improvements to Serve River's Edge Phase 3B IPRC Record No. IPRC 21-0044 City Project No. [1032511 FID No. [30114-0200431-103251 E07685] File No. [W-27741 X File No. [X-26923] Mattie Parker Mayor Christopher P. Harder, P.E. Director, Water Department David Cooke City Manager Lauren Prieur Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth P..�..cF...TF 9s�11 Au ust 2023 *• JACOB SATRE 146063 .A cEt4l�A 5 :/ ON LJA Engineering, Inc. TEXAS REGISTRATION F-1386 OFFICIAL RECORD 3017 West 7tn Street, Suite 300 CITY SECRETARY Fort Worth, Texas 76107 FT. WORTH, Tx 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn� n t Last Revised i 0021 13 hwit,.ti Bidders inal- .ILv.,,.� 03 ce0 03 �7v� 20/2020 00 41 00 Pill Io m 04/0 T 00 42 43 0043 13 Proposal Form Unit Price Bid Bond 05/22/2019 04,102/2014 10045 T waders Pr-eq ,,, ifieeAien' Prequalification Statement nn in 4 09/01/2015 0045 12 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 noi�18 0045 40 00 52 43 Minority Business Enterprise Goal Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 00 7200 Maintenance Bond GeneralConditions 01/31/2012 i i ii T 007300 0073 10 Supplementar-y Conditions. Standard City Conditions of the Construction Contract for Developer 07/01/2011 01/10/2013 Awarded Projects Division 01 - General Requirements Last Revised 01 1100 1 0�c 00 Summary of Work titutio„ n,.,,,.o,aufes 12/20/2012 z ono 01 31 19 94 Preconstruction Meeting 09,130r�ni �or��� 08/30/2013 01�o 01 32 33 P fEgeet Meetings Preconstruction Video 07/0 T 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 017000 017123 � Mobilization and Remobilizatien won Raking 04/07/2014 04 07/ 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH RIVER'S EDGE PHASE 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: None Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httiD:Hfortworthtexas.uov/tpw/contractors/ or htti)s:Hapi)s.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 9211 13 Seleetiye Site Demelifien 12/20,901 0211 11 Utility Removal i n 1.,,,,, Lem:-,o4. 1 3 �3�z 20A2012 .92 11 1,5 Paving Refn ,.,.,1 mine Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 12/20/2012 0334 13 Controlled Low Strength Material (CLSM) 12/20/2012 �a Iorn to Exdoting Gonerete Stmetffes �� Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 260550 r��un�etfm Mult/. Dust Conduit 02/26,901 6 Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32-0-1T7PermanepA Asphalt Paving Repair2r20,9014 32 0i M mai-! ABp, . It Barring Rvpair 11 �'�1-2 32 0i �9 i2/20,Q01-2 32 1123 Flexible Base !`eufsus- 12/20,9012 32 1129 Lime Treated Base Courses 12/20/2012 32 11 33 Gvmx-xit Trea4ed Base r 11 �7�112 32 1 1 37 L•quid T 09/2 go1 c 3-2-12-16 z z-rz-vrav-i 32 12 ��Imlt Paving G -aek Seal.,12,120,42012 32 13 13 Concrete Paving 12/20/2012 CITY OF FORT WORTH RIVER'S EDGE PHASE 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 3 7� Concrete Paving Joint Sealants 12/20/2012 32 16 13 2'1�7 Briek Unit Pa-y ng Concrete Curb and Gutters and Valley Gutters rL;ngs 12/2z 10/05/2016 1 ,1 /7ri 32 1'7 25 �� Pavement M Gu-b A.�1d cmvr�ccr000 �la`i��JY� 22,420i3. ,, /Q 20 3 �� 32 31 12 Chain 1~'eneen and !`_.,ton 12/7zzr20,QO4z 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 -12 93 13 Trees and g-u'a, 12/��2 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 3303 10 10 Bypass Pumping of Existing Sewer Systems T2..r,,l;,�.. 12/20/2012 11z7 Q/20� �--� 33 04 33 04 joint a -a Elo..triea isel.,tie Magnen;,,,,, Anode Cathodic Protection Systems 19 12/�r2 �04 3 330 33 04 40 Temporary �7U.,ter Service Cleaning and Acceptance Testing of Water Mains 1 07/0 �901T 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 3305 13 �3 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 n1 A 05 13.10Fr 3305 14 e-,�eA=e�n�-(��de-1�41ig�E61�1p6Srte Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to �/2�/2n1 12/20/2012 Grade 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars Auger- 12/20/2012 12/20,90 2 --�- 330520 33 05 21 �✓--v�-zT 22�2 B ring erg T 1 T ' Plate � U17T�'� �li�N � � � Stool Casing -Pipe �z 17/20,Q 117 rtr�vrzvzz 12/7zzr20,9012 33 05 23Hand �05 2T 33 �Plate --�- 330526 Ttumeling12/20/2012 � P1po m g or Tunnel LinerPl� Ut;lit-y AAa4Ee.-s/r .,...,tef, 0 6 o ow9013n ,Q 7 12/20�z 2Z�v 33 11 1 1 10 33 T .)eat ...i Of'Existing U44i ;on Belt0,1`Tuto, any.l Gaskets o �-� Doetile !Eon Pipe 12/20,9012 12/20�9012 � !1/ 17/7�z201- � 33 11 11 -Pipe Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 3"- 11 1 3 r..,- ef:ete D,- U'Bar 7 ., o.l Stool G.,1;.- deF Type 1 7 /7 z P_ 11 11 Buried Stect Pip o and 1 ''1 /'�S2 33 1210 Z'2� 11 Water Services 1-inch to 2-inch T \II -n 02/14/2017 33 1220 afge a4er- Mete Resilient Seated Gate Valve 12/20,9012 12/20/2012 M 1221 Aix A A Rubber SeatedButterfly Valves 12/7 z CITY OF FORT WORTH RIVER'S EDGE PHASE 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 1240 Fire Hydrants 01/03/2014 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow -off Valve Assembly 06/19/2013 33 31 !2 (`,,re i Dlaee Pipe (CIPP) 12/20,L2012 33 31� 1 3 Fiber -glass Rei f:e,-ee Pipe for Cir,yity Sanitary Sewer /7 12r�-zviL2viz ✓� ✓. 15 HighDensity Pelyed+yleae (I-IDPE) P*/j for Sa-m tafy Sewer 12/7zzr20i2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33� Pel.,.,;,,.,1 Chloride (PNI ) ClosedProfile !`_,-.,.,i EanitZr, er Pipe r12/20r2012 21 Sanitaryfor Wi* ii(Aing L'n1.,,-..er epA 12/zzr20i2012 1 /zzr20izviz 33 3123 33 31 50 Sanitary Sewer Pipe Sanitary Sewer Service Connections and Service Line 2 04/26/2013 333170 Gc4N,,L�r.\V.,.9f Air Valve EZ'4YtZ✓.�,, C`o.�,o.- L...-..o TiT.,;.-.� 12/7zzr20,9012 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 33� Precast Concrete Manholes Fiberglass Manholes 12/20/2012 12/3zzrzviZviz 33�0 33 39 60 Wastewater n eeess rh.,faber (Vi n r) Epoxy Liners for Sanitary Sewer Structures 12/20,9012 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 33�2 High Density Pol.,ethylen, (I-IDPE) Pipe fer Stc� Drain Deinforce.l Polyet lene (SRP ) Pipe 11 /�4-2 1 11 1 /1�1-5 33 46-00 33�T C'„1� Sletted S c1m Drains 1'11 /7 z 07/01,L2z /0 33 4602 33 49 10 Trenek Drains Cast -in -Place Manholes and Junction Boxes 07 901 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 3�1�0 34 41 1n1 �0r - Transportation Traffic Signals n rrtt-&E�li�€�c�- t n Cvatl=9ll€�' + Cc'l�iac nac 10/12,9015 12/14Q01c �� 34 n02 34 ^�O3 Attaebment -B GopArollerp@Eifieation Attachment C Software 3ecificati6.n. To,v....,.-ary Traffic &' ,- x is DDo��.,,�,.,..;,,g Tr ffie C";,.nal 2 2 11i l /3 3 1 3�1�= 3�1�3 33 A�-41 15 3A�o ReCtarng1Jlar-Rapid PIxhl ing Beaeon Pedesr,-;a HybridSignal r7/z�20,9012 1 11 1 /3 3 1 11 1 /�B 3 ^�0 Roadw Illum.� ti. 12/20,9012 34 n�01 r r/1 A���ial J�a3' �a�i�ir� 06 c/�n1 c �� 34 4120.02 � 1~'.-00way LED n,,.,dw r ., �ramimair as 06/1 c ,90c� 3n n�03 + r r ��al. �D ley �a1�1�Ir�0 06/1 c901 c �� 34 41 30 3i1�0 3�1�3 Aluminum Signs Single Mode Fiber Optic Cable Traffic Control 11/12/2013 02/7v�cv 1 11 1 /3 3. CITY OF FORT WORTH RIVER'S EDGE PHASE 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 5 of 5 CC4-.91 A-?ails✓limos GC-4.02 Subsurface and Physical Conditions GG 4.04 Klazxdoa0 Ew,4onmaatal Condition at Site GC-6.21 Naadisorirj"aan GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised March 20, 2020 BURNSCO CONSTRUCTION, INC. WATER, SEWER, DRAINAGE IMPROVEMENTS 00 42 43 DAP - BID PROPOSAL Page 1 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM River's Edge Phase 313, CPN 103251 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. 1 2 Specification Unit of Description Section No. Measure UNIT I: WATER IMPROVEMENTS 3305.0109 Trench Safety 33 05 10 LF 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON Bid Quantity 4989 1.863 Unit Price $0.10 $13,000.00 Bid Value $498.90 $24,219.00 3 3311.0241 8" Water Pipe 3311 10, 331112 LF 4989 $73.65 $367,439.85 4 3312.0001 Fire Hydrant 33 12 40 EA 4 $7,350.00 $29,400.00 5 3312.0117 Connection to Exisitng 4"-12" Water Main 33 12 25 EA 6 $1,220.00 $7,320.00 6 3312.2003 1"Water Service 331210 EA 117 $1,170.00 $136,890.00 7 3312.3003 8" Gate Valve 33 12 20 EA 8 $2,400.00 $19,200.00 8 3312.4112 16" x 8" Tapping Sleeve & Valve 33 12 25 EA 1 $7,800.00 $7,800.00 9 9999.0001 8" Isolation Valve 00 00 00 EA 1 $2,400.00 $2,400.00 10 9999.0002 12"x8" Reducer 00 00 00 EA 1 $500.00 $500.00 11 9999.0003 1 1/2" Irrigation Service 00 00 00 EA 2 $2,480.00 $4,960.00 12 9999.0004 Automatic Flusher 00 00 00 EA 1 $7,100.00 $7,100.00 13 9999.0005 Water Testing (Excluding Geotech) 00 00 00 LF 4989 $1.20 $5,986.80 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 TOTAL UNIT I: WATER IMPROVEMENTS $613,714.55 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43 Bid Proposal DAP UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM River's Edge Phase 3B, CPN 103251 Project Item Information Description 00 42 43 DAP - BID PROPOSAL Page 2 of 7 Bidder's Application Bidder's Proposal Specification Unit of Bid Unit Price Bid Value Section No. Measure Quantity UNIT II: SANITARY SEWER IMPROV MENTS 1 0241.0401 Remove Concrete Drive 0241 13 SF 70 $24.00 $1,680.00 2 3301.0002 Post -CCTV Inspection 3301 31 LF 4100 $3.00 $12,300.00 3 3301.0101 Manhole Vacuum Testing 3301 30 EA 26 $140.00 $3,640.00 4 3305.0109 Trench Safety 33 05 10 LF 4100 $1.00 $4,100.00 5 3331.3101 4" Sewer Service 3331 50 EA 116 $1,120.00 $129,920.00 6 3331.3101 4" Sewer Service On Existing Main 3331 50 EA 1 $1,210.00 $1,210.00 3331.4115 8" Sewer Pipe (SDR-26, ASTM D3034) 3311 10, 7 3331 12, LF 3331 20 3870 $68.20 $263,934.00 3331.4116 8" Sewer Pipe, CSS Backfill 3311 10, 8 3331 12, LF 3331 20 230 $100.20 $23,046.00 9 3339.0001 Epoxy Manhole Liner 33 39 60 VF 74.5 $360.00 $26,820.00 10 3339.1003 4' Extra Depth Manhole 33 39 10, VF 33 39 20 105.9 $180.00 $19,062.00 11 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 25 $4,100.00 $102,500.00 12 9999.0006 4' Manhole with Bolted Cover 00 00 00 EA 1 $4,900.00 $4,900.00 13 9999.0007 Connect to Existing Manhole 00 00 00 EA 3 $1,800.00 $5,400.00 14 9999.0008 Connect to Existing Sewer Line 00 00 00 EA 1 $500.00 $500.00 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 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $599,012.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal DAP UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM River's Edge Phase 3B, CPN 103251 Project Item Information 00 42 43 DAP - BID PROPOSAL Page 3 of 7 Bidder's Application Bidder's Proposal Bidlist Item No. 1 Specification Unit of Description Section No. Measure UNIT III: DRAINAGE IMPROVEMENTS 0241.4401 Remove Headwall/SET 0241 14 EA Bid Quantity 1 Unit Price $800.00 Bid Value $800.00 2 3305.0109 Trench Safety 33 05 10 LF 2132 $0.50 $1,066.00 3 3305.0112 Concrete Collar EA 1 $400.00 $400.00 4 3341.0201 21" RCP, Class III .330517 3341 10 LF 220 $92.50 $20,350.00 5 3341.0205 24" RCP, Class III 3341 10 LF 702 $104.50 $73,359.00 6 3341.0302 30" RCP, Class III 3341 10 LF 602 $129.50 $77,959.00 7 3341.0309 36" RCP, Class III 3341 10 LF 448 $169.50 $75,936.00 8 3341.0409 48" RCP, Class I II 10 LF 160 $251.50 $40,240.00 9 3349.0001 4' Storm Junction Box .3441 33 49 10 EA 4 $5,800.00 $23,200.00 10 3349.0002 5' Storm Junction Box 33 49 10 EA 1 $6,500.00 $6,500.00 11 3349.5001 10' Curb Inlet 33 49 20 EA 14 $5,300.00 $74,200.00 12 9999.0009 12" Riprap 31 3700 Sy 112 $80.00 $8,960.00 13 9999.0010 Connect to Exisitng Storm 00 00 00 EA 1 $500.00 $500.00 14 9999.0011 24" Sloped End Headwall 00 00 00 EA 1 $3,100.00 $3,100.00 15 9999.0012 PW-1 Wingwall (48" RCP) 00 00 00 EA 1 $24,000.00 $24,000.00 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 _ _ _ TOTAL UN T III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 $430,570.00 00 42 43 Bid Proposal DAP UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM River's Edge Phase 313, CPN 103251 Project Item Information 00 42 43 DAP - BID PROPOSAL Page 7 of 7 Bidder's Application Bidlist Item Description Specification Unit of Bid No. Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Burnsco Construction, Inc. 6331 Southwest Blvd. Benbrook, TX 76132 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid BY: TITLE: Vice President DATE: June 9, 2023 END OF SECTION Bidder's Proposal Unit Price I Bid Value $613,714.55 $599,012.00 $430,570.00 $1, 643,296.55 65 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal DAP 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tvne" box Drovide the complete major work tvDe and actual descri_ntion as provided by the Water DeDartment for water and sewer and TPW for Davina. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water and Wastewater New Burnsco Construction, Inc. 6/30/2024 Development, Rehabilitation, and Redevelopment Open Cut and Trenchless (all sizes) The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Burnsco Construction, Inc. 6331 Southwest Boulevard Benbrook, TX 76132 MM (Signature) TITLE: Vice President DATE: June 9, 2023 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement DAP - Utilities Form Version September 1, 2015 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103251. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Burnsco Construction, Inc. Company 6331 Southwest Blvd. Address Benbrook, Texas 76132 City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § By: John Burns--' . °(Ple e Print) n Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared John Burns _ _ known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of President for the purposes and consideration therein expressed and in the capacity therein stated./ GIVEN D R MY HAND AND SEAL OF OFFICE this LO day of tV , 209-� CESILIA CANALES"- = n Notary ID #131652996 Notary Public in and for the State of Texas My Commission Expires �rfpFtE+ July 24, 2026 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 River's Edge Phase 313 CPN 103251 00 52 43 - 1 Developer Awarded Project Agreement Page I of4 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on IS Z07-3 is made by and between the Developer, 4 Forestar (USA) Real Estate Groum Inc., authorized to do business in Texas ("Developer") , and 5 Burnsco Construction. Inc., authorized to do business in Texas, acting by and through its duly 6 authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Rivers Edge Phase 3B 16 CPN 103251 17 FID No30114-0200431-103251-E07685 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 65 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hundred Dollars ($500.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of One Million Six Hundred Forty -Three Thousand Two 41 Hundred Ninety -Six Dollars and Fifty -Five Cents ($1,643,296.55). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Rivers Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16,2016 005243-3 Developer Awarded Project Agreement Page 3 of4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused. in whole or in part. by anv act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is soecifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damas-,es being sought were caused, in whole or in part.. 95 by anv act. omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal t06 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4 of 4 117 118 7.6 Authority to Sign. 119 Contractor shall attach evidence of authority to sign Agreement, if other than duly 120 authorized signatory of the Contractor. 121 122 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 123 counterparts. 124 125 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 126 127 Contractor: Burnsco Construction, Inc. By: C (Signature) John Burns (Printed Name) Developer: Forestar (USA) Real Estate Group, Inc. By: /-;;?, fF-e-- (Signature) (Printed Name) Title: President Title: 17fiJEwaME,s Iry KECMR- Company Name: Burnsco Construction, Company name: Forestar (USA) Real Estate Inc. Group, Inc. Address: 6331 Southwest Blvd. Address: 2221 E. Lamar Blvd, Suite 790 City/State/Zip: Benbrook, TX 76132 -7 •;3 Date City/State/Zip: Arlington, TX 76006 $-IS-Z-3 Date CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16, 2016 Policy Number TB2-Z91-473016-023 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY — UMBRELLA COVERAGE FORM Name of Other Person(s) / Organization(s): Per Schedule On File With The Company Schedule Email Address or mailing address Per Schedule On File With The Company Number Days Notice: 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: Burnsco Construction, Inc. 6331 Southwest Blvd Benbrook, TX 76132 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. WC7-Z91-473016-033 Endorsement No. Insured: Burnsco Construction, Inc. Premium Insurance Company Liberty Insurance Corporation Countersigned bpi WC420601 (Ed. 7-84) Policy Number AS6-Z91-473016-013 Issued by THE FIRST LIBERTY INSURANCE CORPORATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY — UMBRELLA COVERAGE FORM Name of Other Person(s) / Organization(s): Per Schedule On File With The Company Schedule Email Address or mailing address Per Schedule On File With The Company Number Days Notice: 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: Burnsco Construction, Inc. 6331 Southwest Blvd Benbrook, TX 76132 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. WC7-Z91-473016-033 Endorsement No. Insured: Burnsco Construction, Inc. Premium Insurance Company Liberty Insurance Corporation Countersigned bpi WC420601 (Ed. 7-84) Policy Number TB2-Z91-473016-023 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY — UMBRELLA COVERAGE FORM Name of Other Person(s) / Organization(s): Per Schedule On File With The Company Schedule Email Address or mailing address Per Schedule On File With The Company Number Days Notice: 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Bond #022236045 0062 13- 1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Burnsco Construction. Inc., known as "Principal" herein and 8 Liberty Mutual Insurance Company , 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 Developer, Forestar (USA) Real Estate Group, Inc.. 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of, One Million Six Hundred Fortv-Three Thousand Two, 13 Hundred Ninetv-Six Dollars and Fiftv-Five Cents ($1,643,296.55), lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and 15 truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA23-0086; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 15th day of August , 20 23 , which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as River's Edl?e Phase 3B 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 0062 13 - 2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 15th day of 9 AtIgust .2023 . 10 11 12 13 14 15 16 ATTEST 17 18 19 (Principal) Secretary 20 21 22 2324 25 Ov 26 Witness as to Principal 27 28 29 30 31 32 33 34 35 36 37 38 39 40 PRINCIPAL: Bui;)co Construction, Inc BY:� nature John Burns, President Name and Title Address: Burnsco Construction. Inc_ 6331 Southwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual Insurance Company BY: C�a�Gt�n.�c l lLLll Sijnature Sophinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 41 Witness as to Surety Telephone Number: 214-989-0000 42 43 44 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 45 from the by-laws showing that this person has authority to sign such obligation. If 46 Surety's physical address is different from its mailing address, both must be provided. 47 48 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 Bond #022236045 0062 14 - 1 PAYMENT BOND Page 1 of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Burnsco Construction , Inc. known as "Principal' 9 herein, and Liberty Mutual Insurance Company , a corporate 10 surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known 11 as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Forestar 12 (USA) Real Estate Group, Inc., authorized to do business in Texas "(Developer"), and the City of 13 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of One Million Six 14 Hundred Fortv-Three Thousand Two Hundred Ninetv-Six Dollars and Fifty -Five Cents 15 ($1,643,296.55), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 16 Texas, for the payment of which sum well and truly be made jointly unto the Developer and the 17 City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and 18 assigns, jointly and severally, firmly by these presents: 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth, by and through a Community Facilities 21 Agreement, CFA Number CFA23-0086, and 22 WHEREAS, Principal has entered into a certain written Contract with Developer, 23 awarded the 15th day of Aul?ust , 2023, which Contract is hereby 24 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 26 Work as provided for in said Contract and designated as River's Edge — Phase 3B. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 15th day of 6 August , 20 23 7 PRINCIPAL: Burnsc o truction, Inc. BY: ATTEST: Sign re John Burns, President (Principal) Secretary Name and Title Address: Burnsco Construction, Inc. 5327 Wichita Street S( _IV Fort Worth, TX 76I 19 Witness as to Principal SURETY: Liberty Mutual Insurance Company ATTEST: BY: �n� (� Signature Sophinie Hunter, Attorney -In -Fact (Surety) Secretary Name and Title Address: 2200 Renaissance Blvd., Suite 400 C King of Prussia, PA 19406 Witness as to Surety Telephone Number: 214-989-0000 8 9 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 10 bylaws showing that this person has authority to sign such obligation. If Surety's physical I I address is different from its mailing address, both must be provided. 12 13 The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY OF PORT WORTH River's Edge Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 Bond #022236045 0062 19- 1 MAINTENANCE BOND Page 1 of 3 I SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Burnsco Construction, Inc. , known as "Principal" 9 herein and Liberty Mutual Insurance Company , a corporate surety (sureties, if 10 more than one) duly authorized to do business in the State of Texas, known as "Surety" herein 11 (whether one or more), are held and firmly bound unto the Developer, Forestar (USA) Real Estate 12 Group, Inc., authorized to do business in Texas ("Developer") and the City of Fort Worth, a 13 Texas municipal corporation ("City"), in the sum of One Million Six Hundred Fortv-Three 14 Thousand Two Hundred Ninetv-Six Dollars and Fiftv-Five Cents ($1.643.296.55), lawful money 15 of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum 16 well and truly be made jointly unto the Developer and the City as dual obligees and their 17 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 18 and severally, firmly by these presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number CFA23-0086, and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 15th day of August . 2023 , which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as River's Edge — Phase 3B; and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 34 CITY OF FORT WORTH Rivei`s Edge — Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 C 7 8 9 10 11 12 13 14 15 16 17 18 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or 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 Developer or 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 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH River's Edge — Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duty authorized agents and officers on this the 15th day of 3 Aui4ust , 2023 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 ATTEST (Principal) Secretary (,VIM c V t�'1 Witness as to Principal ATTEST: PRINCIPAL Burn Co truction.Inc. BY: gnature John Burns, President Name and Title Address: Burnsco Construction, Inc. 6331 Southwest Blvd. Benbrook. TX 76132 SURETY: Liberty Mutual Insurance Company BY: A49-io Si nature Sophinie Hunter, Attorney -In -Fact Name and Title jv�. ►yk,.4V__ Address: 2200 Renaissance Blvd. Suite 400 (Surety) Se�retary King of Prussia, PA 19�06 Witness 'as to Surety Telephone Number: 214-989-0000 *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 River's Edge — Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 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 Liberty Mutual Insurance Company Mutual® The Ohio Casualty Insurance Company Certificate No: 8205467-022020 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Don E. Cornell; Joshua Saunders; Kelly A. Westbrook; Mikaela Peppers; Ricardo J. Reyna; Robbi Morales; Sophinie Hunter; Tina McEwan; Tonie Petranek all of the city of Dallas state of TX 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 pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of April 2021 Liberty Mutual Insurance Company P� 1NSUQq P,III INSUR INSU,0 The Ohio Casualty Insurance Company o0 aP0 yC �,`� cOaPOR4r qy `VP OOft Rqr �'C West American Insurance Company J 3 Fo to Q ? Fo Cg 2 Fo ca 2^ U m W C6 Y�1912y0 0 1919 0 f 1991 JI9SSACNU`+E -da yONAMPS�,dD� `(s �N01ANP'Fri M State of PENNSYLVANIA David M. Carey, Assistant Secretary C —� County of MONTGOMERY ss o E w S On this 23rd day of April 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes a therein contained by signing on behalf of the corporations by himself as a duly authorized officer. N cis c a IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. O o �O Nvve. % Commonwealth of Pennsylvania - Notary Seal do , cs'<i z, Teresa Pastella, Notary Public •� O a)Cr Montgomery County E +� My commission expires March 26, 2025 �tr-yzi p Commission number 1126044 By -G 41 ++ �u"'3YLUP�4 Member, Pennsylvania Association of Notaries Teresa Pastella, Notary Public Q p � T4r�y P�S� p O This Power of Attorney is made and executed pursuant t nd by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual •— Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: a M ARTICLE IV — OFFICERS: Section 12. Power of Attorney. 00 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the � o CU cPresident may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety m m 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 a MO o " have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such o a) Z L) instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the -2 provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. Q ILL 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 chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, 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. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretaryto appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that 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. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 15th day of AUgUSt , 2023 PV 1 SO& P"11 INSUR a INSUR,y j 110 POR, OyC, Q' 40PPokq 2� GP=0% 0/?,gJ _ PO t0 m _ 1912 oy1919�o a 1991 0 dV19s'r4CNlI5�k-da SONAMPsa��NDIAN�' D3 By: 8�7 * * *ad s�M * � Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02121 01 Liberty Mutual. SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 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 Consumer Protection (I I I-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: httn://www.tdi.texas.gov E-mail: ConsumerProtection a tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. 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. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (I I I-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: httn://www.tdi.texas.aov E-mail: ConsumerProtection(q�tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. NP70680901 LMS-15292 10/15 GILCO CONTRACTING, INC. PAVING IMPROVEMENTS 00 42 43 DAP - BID PROPOSAL Page 4 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM River's Edge 3B, CPN 103251 UNIT PRICE BI D Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification I I Unit of I Bid Unit Price I Bid Value No. Section No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS 1 3211.0400 Hydrated Lime (30#/SY per Geotech) 32 11 29 TON 199.4 $317.50 $63 309.50 2 3211.0501 6" Limw Treatment ...... ... .. 32 11 29 SY __� 13293 $3 25 $43,202 3 3213.0101 6" Reinforced Conc Pvmt 32 13 13 .._ SY 12480 _ ................ $49.10 $612 7tti.00 4 3213.0302 5" Conc Sidewalk 32 13 20 SF 1121 $9.57 _.. $10,727.97 5 3213.0506 Barrier. Free Ramp, Type P-1 32 13 20 EA 6 $2 1, 15„00 $12 690.00 6 3441.4003 Furnlsih/Install Alum Sign Ground Mount 34 41 30 Clty Std. Name EI...... ._._.. ... _..., .. EA 4 ... $353 00 $1,412.00 7 3441.4003 Furnie.@Vlnstall Alum Sign Ground Mount 3441 30 EA City. Std..- Stop . 4 $..1.12.00 $448.00. 8 3291.0100 Topsoil 32 91 19 _ CY _ 21 $26.00 �mm .... 546.00 9 3292.0100 Block Sod Placement 32 92 13 SY 123 $1.75 $215.25 10 9999.0012 Remove .... . --._. ... . ....- 11 9999.0013 Curle)c (4' Wide) 00 00 00 LF 7370 $1.40 . $10 318.00 12 13 14 15 13... ... ................................._............ ............._..-.................... .... ........._................................. ........... ................................ ...... ... ...... ..... ......._................................_ ........__..._............................ ...... 17 18 ..9........................................................................_ 1 _ ...... ....... .......... ......................... .......... ................... .... ...... _..............._........ ... ........................... ........... .....................................-................._................. - ... ............ ..................................... 21 ............ _..._...... .... ............................. ... ... ...................................... .._.............. ..... .... ............................ ................................................... .. 22 23 _............... ............................ ... 24 _.._...... ........._....................._.- .......... ......-.............................................. .-............................... _.. .....,................ _..... ........... ....... .................................... .._................... ......... ........... ............. .... 26 27 28 _.......................... 29 __.. ..... .... ........ ._..-.......................... ........... _........_................... _.... ...._.... ...._..............._._............. ..................._... ....... .......... ..... ...... ...............-.............. ....... _........_............_...... 32 ........ ............... __._.._._.,.-......._......................._ .. ..................... ......... ... ......................... _.... ................... ......... ..... ...................................._..._.................. ..... 33 34 35 36 _ ..._........__...... ...... 37 _..... .... ...................... .._..._.......... .... ......................... ........._... ..... ..... ..... ....... .... ..................... ... ... ...... ............... .................. ........ ......... _....._.............. .... .... ....................38 39 .........0......_........................ ...................._..........._--_ 4 ._. ..-.............................. ........................_................................................_...... ................................................. ......... _ ,.._................................ ...................... .... 41 .................... 42 -- .......................................... ........................ ............ .......... ..... ............. _.. ..... ... .... ..........................._......._..... ...... ........................... . ............ ................ . 43 44 45 ......... ..... .......... . TOTAL UNIT IV: PAVING IMPROVEMENTS $757,636.97 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal DAP UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM River's Edge 36, CPN 103251 Project Item Information 00 42 43 DAP - BID PROPOSAL Page 7 of 7 Bidder's Application Bidder's Proposal IBidlist Iteml Description tion I Specification I Unit of Bid Unit Price II No. Section No. Measure l Quantity l Bid Summary UNIT I: WATER IMPROVEMENTS UNIT Il: SANITARY SEWER IMPROVEMENTS_ ... UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Total Construction Bidl This Bid is submitted by the entity named below: BIDDER: Gilco Contracting, Inc_ 6331 Southwest Blvd. Benbrook, TX 76132 Contractor agrees to co mplete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY• Leia M ien >_:,.. TITLE: \V O erations DATE: 06/09/2023 END OF SECTION Bid Value $757,636.97 $757,636.97 sr 0 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP 0045 12 - 1 PREQUALIFICATION STATEMENT Page I of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Prequalification Name Expiration Date Paving Concrete Streets, Gilco Contracting, Inc. 12/31/2024 Sidewalks, & Signs The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Gilco Contracting, Inc. Company 6331 Southwest Boulevard Address Benbrook. Texas 76132 City/State/Zip By: Leia McQuien Please Print) Signature: 9 V Title: Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 30, 2021 VP of Operations (Please Print) 06/09/2023 River's Edge Phase 3B CPN 103251 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103251. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Gilco Contractina. Inc. Company 6331 Southwest Blvd._ Address Benbrook, Texas 76132 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By:Leia McOuien Please Pr' Signature: Title: Vice President, Operations (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Leia McOuien , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Vice President, Operations for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 9th day of Tune 92023. Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 ��ar •u� , EMMA TURNER Notary Public, State of Taxes •! " My Commission Expires ^L ;,••.........�:�:' August /2, 2025 NOTARY ID 13326419 River's Edge Phase 3B CPN 103251 1 SECTION 00 52 43 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 2 AGREEMENT 3 THIS AGREEMENT, authorized on 21 tT'201-3 is made by and between the Developer, 4 Forestar (USA) Real Estate Groun. Inc., authorized to do business in Texas ("Developer") , and 5 Gilco Contractina. Inc., authorized to do business in Texas, acting by and through its duly 6 authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Rivers Edve Phase 3B 16 CPN 103251 17 FID No. 30114-0200431-103251-E07685 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 50 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hundred Dollars ($500.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of Seven Hundred Fiftv-Seven Thousand Six Hundred 41 Thirty -Six Dollars and Ninety -Seven Cents ($757.636.97). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to overate 82 and be effective even if it is alleged or Droven that all or some of the damages being 83 sought were caused, in whole or in Dart, by any act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 Droven that all or some of the damages being sought were caused, in whole or in Dart. 95 by any act, omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16, 2016 117 118 119 120 121 122 123 124 125 126 127 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties (`Effective Date"). ontractor: Developer: I Vo Covl-irGl.(," M/ IV1G• Forestar (USA) Real Estate Group, Inc. J B. By: (Signature) \(/Signature) Leia McQuien s-�c ,K�,�/ -6C11-1 (Printed Name) Title: Vice President. Operations Company Name: Gilco Contracting, Inc Address: 6331 Southwest Blvd City/State/Zip: Benbrook, TX, 76132 $�1S�Z3 Date (Printed Name) Title: miter-uC Company name: Forestar (USA) Real Estate Group, Inc. Address: 2221 E. Lamar Blvd, Suite 790 City/State/Zip: Arlington, TX 76006 Z/ r5- /7-3 Date CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16,2016 Policy Number TB7-Z91-473015-021 Issued by LIBERTY INSURANCE CORPORATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY — UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Email Address or mailing address: Number Days Notice: Organization(s): Per schedule on file with Per schedule on file with company 30 company A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number TB7-Z91-473015-021 Issued by LIBERTY INSURANCE CORPORATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY — UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Email Address or mailing address: Number Days Notice: Organization(s): Per schedule on file with Per schedule on file with company 30 company A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Bond #022236039 0062 13- 1 PERFORMANCE BOND Pagel of 2 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Gilco Contracting, Inc., known as "Principal" herein and 8 Liberty Mutual Insurance Company , 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 Developer, Forestar (USA) Real Estate Grouo. Inc.. 1 I authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of, Seven Hundred Fiftv-Seven Thousand Six Hundred 13 Thirtv-Six Dollars and Ninetv-Seven Cents ($757.636.97), lawful money of the United States, to 14 be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be 15 made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities 19 Agreement, CFA 23-0086 ; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 15th day of August , 2023 , which Contract is hereby referred to and made a 22 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as River's Edee Phase 313 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and 27 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the Developer and/or City, then this 30 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 I PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 15th day of 9 August , 20 23 . 10 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 ATTEST: � o (Principal) Se et Witness as to Principal Witness as to Surety PRINCIPAL: Ico Contractine. Inc. BY <_5 Si ature Leia McQuien, Vice President, Operations Name and Title Address: _ Gilco Contractine. Inc. 6331 Southwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual Insurance Company BY: (%_�- 4 & tU f Sifinature Sophinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 *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 River's Edge Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 Bond #022236039 00 62 14 - 1 PAYMENTBOND Page 1 of 2 I SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Gilco Contractina. Inc. , known as "Principal" herein, 8 and Liberty Mutual Insurance Company , a corporate surety ( 9 or sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Forestar 11 (USA) Real Estate Group, Inc., authorized to do business in Texas "(Developer"), and the City of 12 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Seven Hundred Fiftv- 13 Seven Thousand Six Hundred Thirtv-Six Dollars and Ninetv-Seven Cents ($757.636.97), lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 15 which sum well and truly be made jointly unto the Developer and the City as dual obligees, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA 23-0086 ; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 15th day of August , 20 23 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as River's Edee Phase 3B. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 15th day of 6 August , 20 23 . 7 8 9 10 11 12 13 14 A TTFCT- Witness as to Principal ATTEST: (Surety) Secretary W fit�e;ss to Surety PRINCIPAL: Gilco Contracting, Inc. BY: \!�� 1�tJV� Signature Leia McQuien, Vice President, Operations Name and Title Address: Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual Insurance Company BY: Nduil _ rL.I Signdture Sophinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 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 shal I not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH River's Edge Phase 313 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 1032S I Revised January 31, 2012 Bond #022236039 006219-1 MAINTENANCE BOND Page 1 of 3 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Gilco Contracting, Inc., known as "Principal" herein and 8 Liberty Mutual Insurance Company , 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 Developer, Forestar (USA) Real Estate Group. Inc. , 1 I authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the sum of Seven Hundred Fiftv-Seven Thousand Six Hundred Thirtv-Six 13 Dollars and Ninetv-Seven Cents ($757.636.97), lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly 15 unto the Developer and the City as dual obligees and their successors, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA 23-0086 ; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 15th day of August , 20 23 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as River's Edge Phase 3B; and 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years 32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 33 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or 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 Developer or 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 River's Edge Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 15th day of 3 Auizust , 2023_. 4 5 6 7 8 9 10 11 ATTESXS1re 12 13 14 (Princi 15 16 17 18 19 ,UI/►/,f� 20 W6ess as to Principal 21 22 23 24 25 26 27 28 29 ATTEST: 30 31 32 (Surety) Secretry 33 \. 34 35 Witness as to Surety \4)__ 36 PRINCIPAL: _Ct'Ico C, �tracting, Inc. /L'� BY: `7f-- e Signature Leia McQuien, Vice President, Operations Name and Title Address: Gilco Contracting, Inc. 6331 Southwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual Insurance Company BY: Si ature Sophinie Hunter, Attorney -In -Fact Name and Title Address: 2200 Renaissance Blvd., Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised January 31, 2012 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 Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8205467-022020 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Slate of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Don E. Ce1711CII, JOS111.1a Saunders; Kelly A. Westbrook, Mikaefa Peppers; Ricardo J. Reyna; Robbi Morales; Sophinie Hunter, Tina McEwan, Tonie Petranek all of the city of Dallas state of TX 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 pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of April 2021 Liberty Mutual Insurance Company FINS URq POSY INSO \Nsup The Ohio Casualty Insurance Company OopPORgJ y� hJ `OPPOR9l 9y \PGoaPORgr mz, West American Insurance Company J 3 Fo 1912 0 1919 f 1991 ui 1 PW O S O /J d�S'y4CHU5�'dD O "AMP`>� L� `( rN01ANP D3 LL ,.2 •" NO m David M. Carey, Assistant Secretary �y M State of PENNSYLVANIA — :3 County of MONTGOMERY ss o On this 231d day of April 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance L) a) m Company, The Ohio Casualty ompany, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes `— therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. c'w = o a)�yP oHpAST� O y*tiWe Commonwealth of Pennsylvania NotarySeal �I T_ 0 tV pp `fly Toresa Pastella, Notary Public / / O FU Montgomery county 1 T// E O .�-� OF j My commission expires Merck 28, 2025 By, �� f.(. � 0 a) C:�Y Commission number 1126044 Z ,-, $YC1P� ,vC, Memlmr,`Ibennsylvania Asaocza of Notaries Teresa Pastella, Notary Public _Q `o v ;? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual q E •S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: O M �� �? ARTICLE IV — OFFICERS: Section 12. Power of Attorney. `5 6 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the :a - President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety — > � any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall -o m have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such o a) Zinstruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the rO provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. O T IL CL 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 chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, 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. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations, Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that 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. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 15th day of August , 2023 . P� INSU,jq P�'t� INSUR 1NSU,? ,u^� JJ GOpPOR9r0 F Q GpPP ORS 092� \!Q'=OµPOggt tiC V ``' F •`� F u FD T 1912 y 0 0 1919 1991 0cy�.. Y�PsncHugs.da3 dg/2�Ze By: s �� "A PS yam �g rADIANP as Renee C. Llewellyn, Assistant Secretary * t, Ht * 1,d �',y1 • 1•a LMS-12873 LMIC 00C WAIC Multi Co 02/21 Liberty Mutual, u_tu_al . SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 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 Consumer Protection (I I I -1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: httn://www.tdi.texas.gov E-mail: ConsumerProtectionntdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. 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. NP 70 68 09 01 LMS-1529210115 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (1 l 1- I A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: httn://www.tdi.texas.aov E-mail: ConsumerProtectionntdi.texas.aov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. INDEPENDENT UTILITY CONSTRUCTION, INC. STREET LIGHTS & SIGNAGE IMPROVEMENTS UNIT PRICE BID IBidlist Item) No. 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 004243 DAP- BID PROPOSAI. Paec 5 of 7 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Description Specification I Unit of Bid Section No. Measure Quantity UNIT V: STREET LIGHTING IMPROVEMENTS 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 1114 3441.1408 NO 6 Insulate Elec Condr 3441 10 LF 2228 3441.1410 NO 10 Insulated Elec Condr 3441 10 LF 1114 3441.3050 Furnish/Install LED Lighting Fixture 3441 20 EA 15 3441.3301 Rdwy Illum Foundation TY 11 3441 20 EA 15 3441.3341 Rdwy Illum TY 11 Pole 3441 20 EA 15 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $17.07 $2.70 $1.63 $336.00 $1,454.00 $2,283.00 1 $19,015.981 $6,015.601 $1,815.821 $5, 040.00 1 $21,810.001 $34,245.00 1 $87,942.40 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Lighting proposal V2 - 20210827 Rivers Edge 3B 00 42 43_Bid Proposal DAP Bid QTYs - Copy UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 7 of 7 Bidder's Application lBidlist Iteml I Description Specification Unit of Bid No. Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Dr Fort Worth, TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid BY: ar Wolfe TITLE: President DATE: 3/20/2023 Bidder's Proposal Unit Price I Bid Value $87,942.40 $87,942.40 a25 working days after the date when the END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Lighting proposal V2 - 20210827 Rivers Edge 3B 00 42 43_Bid Proposal DAP Bid QTYs - Copy 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 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequaliiied contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Prequalification Type Contractor/Subcontractor Company Name Expiration Date Roadway and Pedestrian Independent Utility Construction, Inc. 02/27/2023 Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequaliiied for the work types listed. BIDDER: Independent Utility Construction, Inc. Company 5109 Sun Valley Dr Address Fort Worth, TX 76119 City/State/Zip By: Richar Wolfe lease Print) Signature: (.ZQ) Title: President (Please Print) Date: 06/09/2023 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 30, 2021 River's Edge Phase 313 CPN 103251 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 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103251. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Independent Utility Construction, Inc. Company 5109 Sun Vallev Drive Address Fort Worth, TX 76119 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Richard Wolfe lease Print) Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Richard Wolfe , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Independent Utilitv Construction Inc. for the purposes and consideration therein expressed and in the capacity therein stated. r \ U)sEAL OF OFFICE t UR MY HAND A1 's \ 20 CHRISTINA GARCIA `PV l L�tiCd s!:, �,_Notary Public, State of Texas r' �Pc Comm. Expires 12-20-2024 10;/"°;,Notary ID 130940785 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 day of Pu lic in and for the River's Edge Phase 3B CPN 103251 005243-1 Developer Awarded Project Agreement Page 1 of 4 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on I/ 1';*% Z023 is made by and between the Developer, 4 Forestar (USA) Real Estate Group. Inc.. authorized to do business in Texas ("Developer") , and 5 Independent Utility Construction. Inc., authorized to do business in Texas, acting by and through 6 its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Rivers Edee Phase 3B 16 CPN 103251 17 FID No.30114-0200431-103251-EO7685 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 25 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five Hundred Dollars ($500.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of Eiehty-Seven Thousand Nine Hundred Fortv-Two 41 Dollars and Forty Cents ($87.942.40). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16, 2016 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 005243-3 Developer Awarded Project Agreement Page 3 of 4 Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to overate, 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 Dart, by any act. omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or Droven that all or some of the damages being sought were caused, in whole or in Dart, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16,20t6 005243-4 Developer Awarded Project Agreement Page 4 of4 117 118 7.6 Authority to Sign. 119 Contractor shall attach evidence of authority to sign Agreement, if other than duly 120 authorized signatory of the Contractor. 121 122 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 123 counterparts. 124 125 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 126 Contractor: Developer: Indepe ent Utility Construction, Inc. Forestar (USA) Real Estate Group, Inc. B � _ c * By: lgnature) (Signature) Richard Wolfe 57-6PA&4 j%im (Printed Name) Title: President Company Name: Independent Utility Construction, Inc. Address: 5109 Sun Valley Drive City/State/Zip: Fort Worth, TX 76119 Date� 127 ``` `��.•��G�NSTRU�����. �y •�.•........ Tj•! i�ir R v Ew � Z p '• 1 "y (Printed Name) Title: DV-1EL-0?AE-rr i7la.E-cmk Company name: Forestar (USA) Real Estate Group, Inc. Address: 2221 E. Lamar Blvd, Suite 790 City/State/Zip: Arlington, TX 76006 Date 9- IS- Z3 CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 103251 Revised June 16, 2016 0061 13- 1 PERFORMANCE BOND Page 1 of 2 Bond No. 260825T I SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Independent Utility Construction, Inc. , known as "Principal" herein and 8 Westfield Insurance Company , a corporate surety(sureties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group, Inc., authorized 11 to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the penal sum of, Eighty -Seven Thousand. Nine Hundred Fortv-Two Dollars & Forty 13 Cents ($87,942.40) lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas for the payment of which sum well and truly to be made, jointly unto the Developer and the 15 City as dual obliges, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CFA Number CFA23-0086 ; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer 21 awarded the 15th day of August 2023. which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 23 labor and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Street Liehts & Sipnap-e improvements to 25 serve Rivers Edve Phase 3B. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 28 perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the pail of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. 32 33 CITY OF FORT WORTH Rivers Edge Phase 3B STANDARD CiTY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised January 31, 2012 0061 13-2 PERFORMANCE BOND Page 2 of 2 Bond No. 260825T 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 8 instrument by duly authorized agents and officers on this the 15th day of August , MD. 9 ]0 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 ATT (Print ipal) cretary Morgan Wolfe vim, U Qtness Uasto Principal C*ristinarcia C '_ Witne as to Surety Elizabeth Gra PRINCIPAL: 1NDEPEtkWNT UTILITY CONS VCTION.INC. BY:i SC_ture Richard Wolfe. President Name and Title Address: 5109 Sun Vallev Drive Fort Worth. Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY BY:&� Signatut� Kvle W. Sweenev. Attorney -in -Fact Name and Title Address: 555 Republic Drive. Suite 450 Plano. Texas 75074 Telephone Number: 972-516-2600 *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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Rivers Edge Phase 313 City Project No. 103251 0061 14- 1 PAYMENT BOND Page I of 2 Bond No. 260825T I SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Independent Utility Construction. Inc. , known as "Principal" herein, 8 and Westfield Insurance Companv , a corporate surety (or 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 Developer Forestar (USA) Real Estate GI-oLlp, Inc.. 11 authorized to do business in Texas ("Developer"), and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of Eighty -Seven Thousand, Nine Hundred Fortv-Two 13 Dollars & Forty Cents ($87.942.40) lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the 15 Developer and City as dual obligees, we bind ourselves, our heirs, executors, administrators, 16 successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities 19 Agreement, CFA Number CFA23-0086 ; and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, 21 awarded the 15th day of August , 2023, which Contract is hereby referred to and 22 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 23 labor and other accessories as defined by law. in the prosecution of the Work as provided for in 24 said Contract and designated as Street Lights & Signave Irnprovernents to serve Rivers Edge 25 Phase 3B. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code. as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. 31 32 CITY OF FORT WORTH Rivers Edge Phase 313 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised January 31, 2012 0061 14-2 PAYMENT BOND Page 2 of 2 Bond No. 260825T I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this thel5th day of August 2023. 6 7 8 9 10 II 12 13 ATTEST: (Prinfipal)pecretary Morgan Wolfe /. jC- l Witness as to Principal Christina Garcia ATTEST: (Surety) Secretary Frank A. Carrino akwxEAJ Wias to Surety eth-GrayJ Gra PRINCIPAL: INDEPENDENT UTILITY CONST CTION.INC. BY: Signature Richard Wolfe. President Name and Title Address: 5109 Sun Valley Drive Fort Worth. Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY BY: Signature Kyle W. Sweenev. Attorney -in -Fact Name and Title Address: 555 Republic Drive. Suite 450 Plano, Texas 75074 Telephone Number: 972-516-2600 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 Rivers Edge Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Cite Project No. 103231 Revised January 31.2012 0062 19- 1 MAINTENANCE BOND Page i o1 3 Bond No. 260825T I SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Independent Utility Construction, inc. , known as "Principal" herein and 9 Westfield Insurance Company , a corporate surety (sureties, if more than one) duly 10 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 11 are held and firmly bound unto the Developer, Forestar (USA) Real Estate Group, Inc.. 12 authorized to do business in Texas ("Developer") and the City of Fort Worth; a Texas municipal 13 corporation ("City"), in the sum of Eiahty-Seven Thousand, Nine Hundred Fortv-Two Dollars & 14 Forty Cents ($87.942.40) lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas, for payment of which sum well and truly be made jointly unto the Developer and 16 the City as dual obligees and their successors, we bind ourselves, our heirs, executors, 17 administrators, successors and assigns, jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFA23-0086 ; and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 15th day of August . 2023, which Contract is hereby referred to and 24 a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 25 labor and other accessories as defined by law, in the prosecution of the Work, including any 26 Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 27 provided for in said Contract and designated as Street Lights & Signaae Improvements to serve 28 Rivers Edge Phase 313; and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City (`'Maintenance Period"); and 34 CITY OF FORT WORTH Rivers Edee Phase 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 006219-2 MAINTENANCE BOND Page 2 of 3 Bond No. 260825T WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or 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 Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Rivers Edge Phase 3B City Project No. 103251 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 a 006219-3 MAINTENANCE BOND Page 3 of 3 Bond No. 260825T IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 15th day of August . 2023 . ATVC l/ Y (Principal) 46cretary Morgan Wolfe Wnes,,Principal Christina Garcia ATTEST: (Surety) Secretary Frank Vrino Witness s to Surety Elizabeth Gray PRINCIPAL: INDEPEND T UTILITY CONST ION. INC. BY: SigOatre7<r� Richard Wolfe, President Name and Title Address: 5109 Sun Valley Drive Fort Worth, Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY Signatur4-" `j- i i Kyle W. Sweeney. Attorney -in -Fact Name and Title Address: 555 Renttblic Drive. Suite 450 Plano. Texas 75074 Telephone Number: 972-516-2600 *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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Rivers Edee Phase 3B City Project No. 103251 IMPORTANT NOTICE To obtain information or make a complaint You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 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(o)tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny 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. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(o).tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. POWER # AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney POWER NO. 4220052 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a -Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary. - 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 . Corporate Seals •\ a�UR(�jC '•. .. ', oN.At �'' p •,.......N' """'• , %NSU WESTFIELD INSURANCE COMPANY o� F'; Affixed w. .n. ;S °= •'•�� WESTFIELD NATIONAL INSURANCE COMPANY tp: �' `�� fQ't�, OHIO FARMERS INSURANCE COMPANY � ;1 SE_ � SEAL :C'' _ai• =~u►y; t�1 y_ 'nay 184 rah State of Ohio ....'" "'•' Richard L. Kinnaird, Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D-, 2011 before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial ....•. ,,yH Seal �R� A L %, Affixed 4err William J. Kahelin, A rney at Law, Notary Public State of Ohio ,N ✓ �x"0 County of Medina ss.: x" My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) ; 9T�0F0 I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 15th day of August A D 2023 - "s = O. lug. CrSEAL m= =o: ���i�ftII"11 LL 1" 9y Z�L*_43 Secretary Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................5 Article2 — Preliminary Matters......................................................................................................................... 6 2.01 Before Starting Construction........................................................................................................6 2.02 Preconstruction Conference.......................................................................................................... 6 2.03 Public Meeting.............................................................................................................................. 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection..................................................................................................................21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs............................................................................................. 22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services..............................................................................24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination.......................................................................................................................25 Article6 - Other Work at the Site...................................................................................................................26 6.01 Related Work at Site................................................................................................................... 26 Article7 City's Responsibilities...................................................................................................................26 7.01 Inspections, Tests, and Approvals.............................................................................................. 26 7.02 Limitations on City's Responsibilities.......................................................................................26 7.03 Compliance with Safety Program...............................................................................................27 Article 8 - City's Observation Status During Construction...........................................................................27 8.01 City's Project Representative.....................................................................................................27 8.02 Authorized Variations in Work.................................................................................................. 27 8.03 Rejecting Defective Work..........................................................................................................27 8.04 Determinations for Work Performed..........................................................................................28 Article9 - Changes in the Work.....................................................................................................................28 9.01 Authorized Changes in the Work............................................................................................... 28 9.02 Notification to Surety..................................................................................................................28 Article 10 - Change of Contract Price; Change of Contract Time................................................................28 10.01 Change of Contract Price............................................................................................................28 10.02 Change of Contract Time............................................................................................................28 10.03 Delays..........................................................................................................................................28 Article 11- Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29 11.01 Notice of Defects........................................................................................................................29 11.02 Access to Work........................................................................................................................... 29 11.03 Tests and Inspections.................................................................................................................. 29 11.04 Uncovering Work....................................................................................................................... 30 11.05 City May Stop the Work.............................................................................................................30 11.06 Correction or Removal of Defective Work................................................................................30 11.07 Correction Period........................................................................................................................ 30 11.08 City May Correct Defective Work............................................................................................. 31 Article12 - Completion.................................................................................................................................. 32 12.01 Contractor's Warranty of Title................................................................................................... 32 12.02 Partial Utilization........................................................................................................................ 32 12.03 Final Inspection...........................................................................................................................32 12.04 Final Acceptance.........................................................................................................................33 Article 13 - Suspension of Work....................................................................................................................33 13.01 City May Suspend Work............................................................................................................ 33 Article14 - Miscellaneous.............................................................................................................................. 34 14.01 Giving Notice..............................................................................................................................34 CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE I — DEFINITIONS AND TERNHNOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions M. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. 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. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. 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. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.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 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City 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. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. 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. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 RIVER'S EDGE PHASE 3B City Project No. 103251 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits o£ a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: N/A Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. 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: a. General Aggregate: N/A Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: N/A Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an 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. 6. 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. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 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. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. 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: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. 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. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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 CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all 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. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a parry to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 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. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. 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. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised: January 10, 2013 011100-1 SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel 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 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention 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. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised August 17, 2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised August 17, 2012 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have 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 %2 inches x 11 inches to 8 %2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 01 33 00 - 6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Reuubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 01 33 00 - 7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 0135 13 -1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 0135 13 -2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage -type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 0135 13 -3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.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. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 G. Water Department Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 0135 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 1. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 0135 13 -5 SPECIAL PROJECT PROCEDURES Page 5 of 8 b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 0135 13 -6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 0135 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 0135 13 -8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 4 FoRTWORTH -..�_ DOE MO. XXXX Project !lame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised March 20, 2020 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 0157 13 -1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 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 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 0157 13 -3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httvs:Hapes.fortworthtexas.uov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. 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. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. 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. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH RIVER'S EDGE PHASE 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 103251 Revised March 20, 2020 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH RIVER'S EDGE PHASE 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH RIVER'S EDGE PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH RIVER'S EDGE PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in 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 maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, 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 normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED 3.3 PREPARATION [NOT USED 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 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 RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 1 2 3 PART1- GENERAL �ff mlY11u lu /:11:A•1 SECTION 03 30 00 CAST -IN -PLACE CONCRETE 033000-1 CAST -IN -PLACE CONCRETE Pagel of 25 5 A. Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast -in -Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast -furnace slag CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 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 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 25 5) Silica fume b. Subject to compliance with the requirements of this specification B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. in. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 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 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 25 r. C26O, Standard Specification for Air -Entraining Admixtures for Concrete. s. C3O9, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C1O59, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. aa. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. 6. American Welding Society (AWS). a. D1.1, Structural Welding Code -Steel. b. D I A, 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 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast -in -place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast -in -place concrete b. Concrete mix designs c. Grouting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 03 30 00 - 4 CAST -IN -PLACE CONCRETE Page 4 of 25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project condi- 13 tions, weather, test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready -mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 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 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. %-inch x %-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form -facing materials, formulate with rust inhibitor. 5. Form Ties CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 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 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 25 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 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 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 25 b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C150, Type 1/1I, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C 1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) %-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable 45 J. Admixtures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 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 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 25 1. Air -Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C 1017, Type II K. Waterstops 1. Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4- 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 film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 03 30 00 - 9 CAST -IN -PLACE CONCRETE Page 9 of 25 1 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation; Day Chem Rez Cure (J-I I-W) 4 6) Euclid Chemical Company (The); Kurez DR VOX 5 7) Kaufman Products, Inc.; Thinfilm 420 6 8) Lambert Corporation; Aqua Kure -Clear 7 9) L&M Construction Chemicals, Inc.; L&M Cure R 8 10) Meadows, W. R., Inc.; 1100 Clear 9 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 10 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 11 13) Tamms Industries, Inc.; Horncure WB 30 12 14) Unitex; Hydro Cure 309 13 15) US Mix Products Company; US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 21 to damp surfaces, of class suitable for application temperature and of grade to 22 suit requirements, and as follows: 23 1) Types I and II, non -load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement -based, polymer -modified, self -leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 44 defined in ASTM C219 45 c. Primer CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 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 033000-10 CAST -IN -PLACE CONCRETE Page 10 of 25 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repair Overlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 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 033000-11 CAST -IN -PLACE CONCRETE Page 11 of 25 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast -Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride -ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal -weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high -range water -reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size 46 Q. Fabricating Reinforcement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 033000-12 CAST -IN -PLACE CONCRETE Page 12 of 25 1 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2 R. Fabrication of Embedded Metal Assemblies 3 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 4 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 5 accordance with AWS D1.1. 6 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 7 All other metal assemblies shall be either hot dip galvanized or painted with an 8 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 9 installed in accordance with the manufacturer's instructions. Repair painted 10 assemblies after welding with same type of paint. 11 S. Concrete Mixing 12 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 13 ASTM C94, and furnish batch ticket information. 14 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 15 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 16 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 17 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 18 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 19 batch machine mixer. 20 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 21 minutes, but not more than 5 minutes after ingredients are in mixer, before any 22 part of batch is released. 23 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 24 seconds for each additional 1 cubic yard. 25 c. Provide batch ticket for each batch discharged and used in the Work, indicating 26 Project identification name and number, date, mixture type, mixture time, 27 quantity, and amount of water added. Record approximate location of final 28 deposit in structure. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. Formwork 37 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 38 support vertical, lateral, static, and dynamic loads, and construction loads that might 39 be applied, until structure can support such loads. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 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 033000-13 CAST -IN -PLACE CONCRETE Page 13 of 25 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members -I inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough -formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 033000-14 CAST -IN -PLACE CONCRETE Page 14 of 25 1 5. Fabricate forms for easy removal without hammering or prying against concrete 2 surfaces. Provide crush or wrecking plates where stripping may damage cast 3 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 4 horizontal to 1 vertical. 5 a. Install keyways, reglets, recesses, and the like, for easy removal. 6 b. Do not use rust -stained steel form -facing material. 7 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 8 required elevations and slopes in finished concrete surfaces. Provide and secure 9 units to support screed strips; use strike -off templates or compacting -type screeds. 10 7. Construct formwork to cambers shown or specified on the Drawings to allow for 11 structural deflection of the hardened concrete. Provide additional elevation or 12 camber in formwork as required for anticipated formwork deflections due to weight 13 and pressures of concrete and construction loads. 14 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 15 caps, walls, and columns straight and to the lines and grades specified. Do no earth 16 form foundation elements unless specifically indicated on the Drawings. 17 9. Provide temporary openings for cleanouts and inspection ports where interior area 18 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 19 securely braced to prevent loss of concrete mortar. Locate temporary openings in 20 forms at inconspicuous locations. 21 10. Chamfer exterior corners and edges of permanently exposed concrete. 22 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 23 bulkheads required in the Work. Determine sizes and locations from trades 24 providing such items. 25 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 26 sawdust, dirt, and other debris just before placing concrete. 27 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 28 leaks and maintain proper alignment. 29 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 30 written instructions, before placing reinforcement, anchoring devices, and 31 embedded items. 32 a. Do not apply form release agent where concrete surfaces are scheduled to 33 receive subsequent finishes which may be affected by agent. Soak contact 34 surfaces of untreated forms with clean water. Keep surfaces wet prior to 35 placing concrete. 36 B. Embedded Items 37 1. Place and secure anchorage devices and other embedded items required for 38 adjoining work that is attached to or supported by cast -in -place concrete. Use 39 setting drawings, templates, diagrams, instructions, and directions furnished with 40 items to be embedded. 41 a. Install anchor rods, accurately located, to elevations required and complying 42 with tolerances in AISC 303, Section 7.5. 43 1) Spacing within a bolt group: 1/8 inch 44 2) Location of bolt group (center): '/2 inch 45 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 033000-15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 4) Angle off vertical: 5 degrees 2 5) Bolt projection: f 3/8 inch 3 b. Install reglets to receive waterproofing and to receive through -wall flashings in 4 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 5 shelf angles, and other conditions. 6 C. Removing and Reusing Forms 7 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 8 compressive strength. 9 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 10 Work that does not support weight of concrete may be removed after cumulatively 11 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 12 concrete is hard enough to not be damaged by form -removal operations and curing 13 and protection operations are maintained. 14 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 15 that supports weight of concrete in place until concrete has achieved at least 70 16 percent of its 28-day design compressive strength. 17 b. Do not remove formwork supporting conventionally reinforced concrete until 18 concrete has attained 70 percent of its specified 28 day compressive strength as 19 established by tests of field cured cylinders. In the absence of cylinder tests, 20 supporting formwork shall remain in place until the concrete has cured at a 21 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 22 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 23 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 24 listed time period. Formwork for 2-way conventionally reinforced slabs shall 25 remain in place for at least the minimum cumulative time periods specified for 26 1-way slabs of the same maximum span. 27 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 28 removal. Reshores shall remain until the concrete has attained the specified 28 29 day compressive strength. 30 d. Minimum cumulative curing times may be reduced by the use of high -early 31 strength cement or forming systems which allow form removal without 32 disturbing shores, but only after the Contractor has demonstrated to the 33 satisfaction of the Engineer that the early removal of forms will not cause 34 excessive sag, distortion or damage to the concrete elements. 35 e. Completely remove wood forms. Provide temporary openings if required. 36 f. Provide adequate methods of curing and thermal protection of exposed concrete 37 if forms are removed prior to completion of specified curing time. 38 g. Reshore areas required to support construction loads in excess of 20 pounds per 39 square foot to properly distribute construction loading. Construction loads up 40 to the rated live load capacity may be placed on unshored construction provided 41 the concrete has attained the specified 28 day compressive strength. 42 h. Obtaining concrete compressive strength tests for the purposes of form removal 43 is the responsibility of the Contractor. 44 i. Remove forms only if shores have been arranged to permit removal of forms 45 without loosening or disturbing shores. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 2 delaminated, or otherwise damaged form -facing material will not be acceptable for 3 exposed surfaces. Apply new form -release agent. 4 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 10 and reshoring. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support, and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS 131.4, where indicated. Only steel 27 conforming to ASTM A706 may be welded. 28 4. Installation tolerances 29 a. Top and bottom bars in slabs, girders, beams and joists: 30 1) Members 8 inches deep or less: f3/8 inch 31 2) Members more than 8 inches deep: f1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 33 inches deep or less; f1/2 inches for members over 8 inches deep, except that 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls: 1 inches 41 e. Slabs: 3/4 inches 42 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 033000-17 CAST -IN -PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound, respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement 11 across construction joints, unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam -girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls, near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Supportand 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated, according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole, prior to installing adhesive material. 41 I. Concrete Placement 42 1. Before placing concrete, verify that installation of formwork, reinforcement, and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 033000-18 CAST -IN -PLACE CONCRETE Page 18 of 25 1 2. Do not add water to concrete during delivery, at Project site, or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete, water may be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding high -range water -reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 8 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously, provide 11 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 13 pressures, 15 feet maximum and in a manner to avoid inclined construction 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 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 ACI 301. c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 033000-19 CAST -IN -PLACE CONCRETE Page 19 of 25 1 b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt, or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature, provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 11 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed -surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 20 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 23 indicated. 24 K. Miscellaneous Concrete Items 25 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 26 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 27 specified, to blend with in -place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 31 corners, intersections, and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations, complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 37 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 45 ACI 305.1 for hot -weather protection during curing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces, including floors and slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water -fog spray 14 3) Absorptive cover, water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete, placed in widest practicable width, with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 43 projections on the surface, and stains and other discolorations that cannot be 44 removed by cleaning. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 03 30 00 - 21 CAST -IN -PLACE CONCRETE Page 21 of 25 1 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 2 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 4 with water, and brush -coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fill form -tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that, when dry, patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compact mortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 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 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 25 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C 172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 22 each composite sample, but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive -Strength Tests: ASTM C39; 32 a. Test 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field -cured cylinders is less than 85 percent of companion 36 laboratory -cured cylinders, evaluate operations and provide corrective procedures 37 for protecting and curing in -place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive -strength tests equals or exceeds specified compressive 40 strength and no compressive -strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 2 within 48 hours of testing. Reports of compressive -strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7- and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure, as 14 indicated by cylinder tests, falls below the specified requirements, provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of f 1/4 inch in 10 feet, not to exceed 3/4 39 inches total variation, anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM El 155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 25 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any 1 test sample 3 (line of measurements) anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values (FL) do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface, with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab -on -Grade Construction: f 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: f 3/4 inch 30 3) Top surfaces of all other slabs: f 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors, wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] I 10 11 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised December 20, 2012 City Project No. 103251 0334 13 -1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART1- GENERAL �ff mlY11U lu /:11:A•1 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following: 7 a. Flowable backfill 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 03 30 00 - Cast -in -Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 B. ASTM International (ASTM): 28 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 - Standard Specification for Concrete Aggregates. 31 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 34 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 03 34 13 - 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 1 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section 0133 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product data 10 B. Sieve analysis 11 1. Submit sieve analyses of fine and coarse aggregates being used. 12 a. Resubmit at any time there is a significant change in grading of materials. 13 2. Mix 14 a. Submit full details, including mix design calculations for mix proposed for use. 15 C. Trial batch test data 16 1. Submit data for each test cylinder. 17 2. Submit data that identifies mix and slump for each test cylinder. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 PRODUCT TYPES AND MATERIALS 27 A. Materials 28 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 29 00. 30 2. Fly ash: Class F fly ash in accordance with ASTM C618. 31 3. Water: As specified in Section 03 30 00. 32 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 0334 13 -3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 1 5. Fine aggregate: Concrete sand (does not need to be in accordance with 2 ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 3 and no plastic fines shall be present. 4 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. 5 B. Mixes 6 1. Performance requirements 7 a. Total calculated air content 8 1) Not less than 8.0 percent or greater than 12.0 percent. 9 b. Minimum unconfined compressive strength 10 1) Not less than 50 psi measured at 28 days. 11 c. Maximum unconfined compressive strength 12 1) Not greater than 150 psi measured at 28 days. 13 2) Limit the long-term strength (90 days) to 200 psi such that material could 14 be re -excavated with conventional excavation equipment in the future if 15 necessary. 16 d. Wet density 17 1) No greater than 132 pounds per cubic foot. 18 e. Color 19 1) No coloration required unless noted. 20 2) Submit dye or other coloration means for approval. 21 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 22 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A. Trial batch 26 1. After mix design has been accepted by Engineer, have trial batch of the accepted 27 mix design prepared by testing laboratory acceptable to Engineer. 28 2. Prepare trial batches using specified cementitious materials and aggregates 29 proposed to be used for the Work. 30 3. Prepare trial batch with sufficient quantity to determine slump, workability, 31 consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 1 B. Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix. 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist curing room. Exercise caution in moving and 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping, banging, or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a. Perform the capping carefully to prevent premature fractures. 15 b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 16 than the test cylinders. 17 c. Do not perform initial compression test until the cylinders reach a minimum 18 age of 3 days. 19 C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modified herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength, but not exceed 23 maximum compression strength. 24 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 25 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 26 acceptable trial batch is produced that meets the Specifications. 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 2. After acceptance, do not change the mix design without submitting a new mix 30 design, trial batches, and test information. 31 E. Determine slump in accordance with ASTM C 143 with the following exceptions: 32 1. Do not rod the concrete material. 33 2. Place material in slump cone in 1 semi -continuous filling operation, slightly 34 overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 0334 13 -5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit lift heights of CLSM placed against structures and other facilities that could 9 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 10 height indicated on the Drawings. Do not place another lift of CLSM until the last 11 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 12 weight of the next lift of CLSM. 13 2. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties. 15 3. Transport and place material so that it flows easily around, beneath, or through 16 walls, pipes, conduits, or other structures. 17 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 18 material to flow freely during placement: 19 a. After trial batch testing and acceptance, maintain slump developed during 20 testing during construction at all times within f 1 inch. 21 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where 22 required) such that when placed, the material is self -compacting, self-densifying, 23 and has sufficient plasticity that compaction or mechanical vibration is not required. 24 6. When using as embedment for pipe take appropriate measures to ensure line and 25 grade of pipe. 26 3.5 REPAIR [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens, and provide 31 manual assistance to assist the Engineer in preparing said specimens. 32 2. Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the City 34 1. During the progress of construction, the City will have tests made to determine 35 whether the CLSM, as being produced, complies with the requirements specified 36 hereinbefore. Test cylinders will be made and delivered to the laboratory by the 37 Engineer and the testing expense will be borne by the City. 38 2. Test cylinders 39 a. Prepare test cylinders in accordance with ASTM C31 with the following 40 exceptions: CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 0334 13 -6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 2 the mix. 3 2) Do not rod the concrete mix. 4 3) Strike off the excess material. 5 b. Place the cylinders in a safe location away from the construction activities. 6 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 7 sprinkle water directly on the cylinders. 8 c. After 2 days, place the cylinders in a protective container for transport to the 9 laboratory for testing. The concrete test cylinders are fragile and shall be 10 handled carefully. The container may be a box with a Styrofoam or similar 11 lining that will limit the jarring and bumping of the cylinders. 12 d. Place test cylinders in a moist curing room. Exercise caution in moving and 13 transporting the cylinders since they are fragile and will withstand only 14 minimal bumping, banging, or jolting without damage. 15 e. Do not remove the test cylinder from mold until the cylinder is to be capped 16 and tested. 17 f. The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perform the capping carefully to prevent premature fractures. 20 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in 21 diameter than the test cylinders. 22 3) Do not perform initial compression test until the cylinders reach a 23 minimum age of 3 days. 24 3. The number of cylinder specimens taken each day shall be determined by the 25 Inspector. 26 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 27 except as modified herein. 28 b. The compression strength of the cylinders tested at 28 days shall be equal to or 29 greater than the minimum required compression strength, but not exceed 30 maximum compression strength. 31 4. The City will test the air content of the CLSM. Test will be made immediately after 32 discharge from the mixer in accordance with ASTM C231. 33 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 34 the following exceptions: 35 a. Do not rod the concrete material. 36 b. Place material in slump cone in 1 semi -continuous filling operation, slightly 37 overfill, tap lightly, strike off, and then measure and record slump. 38 6. If compressive strength of test cylinders does not meet requirements, make 39 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 0334 13 -7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 260500-1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 5 1 SECTION 26 05 00 2 COMMON WORK RESULTS FOR ELECTRICAL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor, materials and equipment required to install, test and provide an 7 operational, electrical system as specified and as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 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 A. Measurement and Payment 1. Electrical Facilities a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the lump sum price bid for "Electrical Facilities". c. The price bid shall include: 1) Furnishing and installing a complete electrical system 2) Wire 3) Cable 4) Conduit and related hardware 5) Supports 6) Excavation 7) Furnishing, placement and compaction of backfill 8) Hauling 9) Clean-up 2. Furnish and Install Electrical Service a. Measurement 1) Measurement for electrical service shall be per each type and size furnished and installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid for "Furnish/Install Electrical Service" shall be made at the price bid per each type and size installed. c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to: 1) Conduit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 RIVER'S EDGE PHASE 3B City Project No. 103251 26 05 00 - 2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 5 1 2) Pole risers 2 3) Meter base 3 4) Breaker box 4 5) Breakers 5 6) Coordination with Electrical Service Provider 6 3. Install Electrical Service 7 a. Measurement 8 1) Measurement for electrical service shall be per each type and size installed. 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 Item shall be paid for at the unit price bid for "Install Electrical Service" 12 shall be made at the price bid per each type and size installed. 13 c. The price bid shall include all aspects of completing the installation of electrical 14 service including, but not limited to: 15 1) Conduit 16 2) Pole risers 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. Underwriters Laboratories, Inc. (UL) 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Where references are made to the Related Work paragraph in each Specification 26 Section, referring to other Sections and other Divisions of the Specifications, the 27 Contractor shall provide such information or Work as may be required in those 28 references, and include such information or Work as may be specified. 29 2. Division 26 requirements apply to electrical work provided under any division of 30 the Specifications 31 B. Service and Metering 32 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, 33 Three Wire, 60 Hz from transformer equipment furnished and installed by the 34 power company. 35 2. Power company responsibilities 36 a. Furnishing and installing the primary overhead conductors and pole line 37 b. Furnishing and installing the transformer or riser pole, primary cutouts, 38 lightning arresters and grounding 39 c. Furnishing and installing primary conduits and cables 40 d. Furnishing and installing the transformer pad and grounding (if pad -mounted 41 transformer) 42 e. Furnishing and installing transformer 43 f. Terminating underground primary cables 44 g. Furnishing metering current transformers (CT's), meter and meter wiring 45 h. Terminating secondary cables to the service transformer CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 22, 2013 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 1 i. Furnishing meter base and enclosure 2 3. Contractor responsibilities 3 a. Furnishing and installing secondary conduits and cables 4 b. Furnishing and installing power company approved metering current 5 transformer enclosure (if required by power company) 6 c. Installing meter base 7 d. Furnishing and installing an empty conduit with pull line from the metering 8 current transformer enclosure to the meter enclosure. Conduit size and type 9 approved by the power company 10 e. Coordinating electrical service installation with power company 11 4. City responsibilities 12 a. Negotiating with power company for the costs of new or revised services 13 b. Making payment directly to power company for such costs 14 C. Codes, Inspections and Fees 15 1. Obtain all necessary permits and pay all fees required for permits and inspections. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Materials and Equipment 22 1. New, except where specifically identified on the Drawings to be reused. 23 2. UL listed, where such listing exists. 24 3. Electrical service 25 a. Service type shall be as shown on the Drawings. 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS [NOT USED] 28 1.12 WARRANTY 29 A. Manufacturer Warranty 30 1. Manufacturer's warranties are specified in each of the Specification Sections. 31 PART 2 - PRODUCTS [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION 35 A. Interpretation of Drawings CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 22, 2013 26 05 00 - 4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 1 1. Coordinate the conduit installation with other trades and the actual supplied 2 equipment. 3 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 4 raceway installation. 5 3. Verify exact locations and mounting heights of lighting fixtures, switches and 6 receptacles prior to installation. 7 3.3 PREPARATION [NOT USED] 8 3.4 INSTALLATION 9 A. Phase Balancing 10 1. Connect circuits on motor control centers and panelboards to result in evenly 11 balanced loads across all phases. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Tests and Settings 1. Test systems and equipment furnished under Division 26. 2. Repair or replace all defective work. 3. Make adjustments to the systems as specified and/or required. 4. Prior to energizing electrical equipment, make all tests required by the individual Specification sections. a. Submit a sample test form or procedure. b. Submit the required test reports and data within 30 days after the test. c. Include names of all test personnel. d. Initial each test. 5. Check wire and cable terminations for tightness. 6. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 12 3 rotation on a phase sequence motor when connected to A, B, and C phases. 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, motor starters, and control equipment. 8. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 10. Provide qualified test personnel, instruments and test equipment. 11. Refer to the individual equipment Sections for additional specific testing requirements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 RIVER'S EDGE PHASE 3B City Project No. 103251 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 9 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 22, 2013 260510-1 DEMOLITION FOR ELECTRICAL SYSTEMS Page 1 of 4 1 SECTION 26 05 10 2 DEMOLITION FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, install and test all equipment, wiring and appurtenances as may be required 7 to perform the electrical demolition shown on the Drawings and as specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by lump sum. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Salvage Electrical Equipment'. 3. The price bid shall include: a. Removing and salvaging electrical equipment including, but not limited to: 1) Wire and cable 2) Encasement 3) Conduit 4) Supports b. Excavation c. Furnishing, placement and compaction of backfill d. Hauling e. Clean-up 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification, unless a date is specifically cited. 35 2. National Fire Protection Association (NFPA) 36 a. 70, National Electrical Code (NEC) 37 1.4 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 260510-2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 1 1. Coordinate with the City or their designee 48 hours in advance of removals. 2 2. Coordinate with other Trades for removal of electrical services in conjunction with 3 the removal of the associated equipment. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING 10 A. Delivery and Acceptance Requirements 11 1. All salvage materials will be delivered by the Contractor to the City at a location 12 designated by the Inspector. The Inspector, assisted by authorized representatives, 13 will serve as the receiving agent for salvage material. 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION 20 A. Verify field measurements and circuiting arrangements. 21 B. Verify that abandoned wiring and equipment serve only abandoned facilities. 22 C. Report Drawing discrepancies to City before disturbing the existing installation. 23 3.3 PREPARATION 24 A. Disconnect electrical systems in walls, floors and ceilings scheduled for removal. 25 B. Coordinate utility service outages with Utility Company to minimize length and number 26 of outages. 27 C. Provide temporary wiring and connections to maintain existing systems in service 28 during construction. 29 D. When work must be performed on energized equipment or circuits, use personnel 30 experienced in such operations. 31 E. Existing Electrical Service: Maintain existing system in service until new system is 32 complete and ready for service. 33 F. Disable system only to make switchovers and connections. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 260510-3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 1 G. Obtain permission from City at least I week in advance, before partially or completely 2 disabling system. 3 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK 4 A. Remove, relocate and extend existing installations to accommodate new construction. 5 B. Remove abandoned wiring to source of supply. 6 C. Remove exposed abandoned conduit, including abandoned conduit above accessible 7 ceiling finishes. 8 1. Cut conduit flush with walls and floors and patch surfaces. 9 D. Disconnect abandoned outlets and remove devices. 10 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 11 2. Provide blank cover for abandoned outlets which are not removed. 12 E. Disconnect and remove abandoned panelboards and distribution equipment. 13 F. Disconnect and remove electrical devices and equipment that has been removed. 14 G. Repair adjacent construction and finishes damaged during demolition and extension 15 work. 16 H. Maintain access to existing installations which remain active. Modify installation or 17 provide access to panels as appropriate. 18 I. Where the demolition or revision of any portion of a raceway or box in the raceway 19 system, in an area, causes the raceway system of the area to no longer comply with the 20 classification or Specification requirements of the area, provide and install such boxes, 21 fittings, etc. as may be necessary to return the raceway system to compliance with 22 Specifications. 23 J. Extend existing installations using materials and methods as specified for new Work. 24 K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to 25 the surroundings. 26 L. Salvaged Equipment and Materials 27 1. The City shall have the right to retain any or all electrical and instrumentation 28 equipment shown or specified to be removed from the site. 29 2. Deliver the City's equipment to a site designated by the City. 30 3. If the City refuses the salvage, the Contractor must claim ownership of the 31 materials and dispose of them properly. 32 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of 33 demolition and the City will designate those items that are to remain the property of 34 the City. 35 5. Take necessary precautions in removing City designated property to prevent 36 damage during the demolition process. 37 a. Remove steel structural members by unbolting, cutting welds, or cutting rivet 38 heads and punching shanks through holes. 39 b. Do not use a cutting torch to separate the City's equipment or material. 40 6. Remove items in 1 piece or in a manner that does not impact their reuse. 41 a. Loose components may be removed separately. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 260510-4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 4 1 b. Controls and electrical equipment may be removed from the equipment and 2 handled separately. 3 c. Large units may be handled separately. 4 d. Salvaged piping shall be taken apart at flanges or fittings and removed in 5 sections. 6 M. Material removed from the construction site during demolition, and any equipment not 7 otherwise designated to remain the property of the City in accordance with the pre- 8 demolition identification process shall become the property of the Contractor, and shall 9 be promptly removed from the construction site. 10 N. Refurbish and replace any existing facility, to be left in place, which is damaged by the 11 demolition operations. 12 1. The repair of such damage shall leave the parts in a condition at least equal to that 13 found at the start of the work. 14 3.5 RESTORATION 15 A. Clean and repair existing materials and equipment which remain or are to be reused. 16 B. Panelboards 17 1. Clean exposed surfaces. 18 2. Check tightness of electrical connections. 19 3. Replace damaged circuit breakers. 20 4. Provide closure plates for vacant positions. 21 5. Provide typed circuit directory showing revised circuiting arrangement. 22 3.6 RE -INSTALLATION [NOT USED] 23 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 32 CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 260533-1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 12 1 SECTION 26 05 33 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install complete raceway systems as shown on the Drawings and as 7 specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 26 05 43 — Underground Ducts and Raceways for Electrical Systems 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists 17 a. Measurement 18 1) This Item is considered subsidiary to Electrical Facilities. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 22 lump sum price bid for Electrical Facilities, and no other compensation will 23 be allowed. 24 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists 25 a. Measurement 26 1) Measurement for conduit shall be per linear foot of the size, installation 27 method, and type of conduit installed. 28 2) Limits of measurement for conduit are from center to center between 29 ground boxes or poles, a combination of the two or to the termination point. 30 b. Payment 31 1) Payment for conduit shall be made at the price bid per linear foot of the 32 size, installation method, and type of conduit installed. 33 c. The price bid shall include: 34 1) Installation of Conduit and Related Hardware including, but not limited to: 35 a) Elbows 36 b) Couplings 37 c) Weatherheads 38 3. Conduit Boxes, when a bid item for Electrical Facilities exists 39 a. Measurement 40 1) This Item is considered subsidiary to Electrical Facilities. 41 b. Payment CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 26 05 33 - 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 1 1) The work performed and the materials furnished in accordance with this 2 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 3 lump sum price bid for Electrical Facilities, and no other compensation will 4 be allowed. 5 4. Conduit Boxes, when no bid item for Electrical Facilities exists 6 a. Measurement 7 1) Measurement for this Item shall be per each Conduit Box installed per 8 location of installation. 9 b. Payment 10 1) The work performed and materials furnished in accordance to this Item 11 shall be paid for at the unit price bid for "Conduit Box" installed. 12 c. The price bid shall include: 13 1) Furnishing and installing the Conduit Box 14 2) Excavation 15 3) Furnishing, placement and compaction of backfill 16 4) Clean-up 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. American National Standards Institute, Inc. (ANSI). 23 a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum 24 Conduit (ERAC). 25 3. National Electrical Manufacturers Association (NEMA). 26 a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). 27 b. C80.1, Electrical Rigid Steel Conduit. 28 c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 29 d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and 30 Tubing. 31 e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit. 32 4. National Fire Protection Association (NFPA) 33 a. 70 — National Electrical Code (NEC). 34 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 35 2) Chapter 9, Tables. 36 5. Underwriters Laboratories (UL) 37 a. 6, Electrical Rigid Metal Conduit — Steel. 38 b. 514B, Conduit, Tubing and Cable Fittings. 39 c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. 40 B. All equipment components and completed assemblies specified in this Section of the 41 Specifications shall bear the appropriate label of UL. 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS [NOT USED] 44 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 26 05 33 -3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 1 A. Product Data 2 1. Submit to the City, in accordance with Division 1, the manufacturers' names and 3 product designation or catalog numbers of all materials specified. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Qualifications 8 1. Manufacturers 9 a. Refer to Specification Section 0160 00 for listing of approved manufacturers 10 for all materials. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. Handling: In accordance with manufacturer's instructions. 14 2. Storage 15 a. In accordance with manufacturer's instructions 16 b. Not exposed to sunlight 17 c. Completely covered 18 3. Materials showing signs of previous or jobsite exposure will be rejected. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY 21 A. No separate warranty on conduit. 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 24 2.2 CONDUIT 25 A. Liquidtight Steel Flexible Metal Conduit 26 1. Interlocked steel core 27 2. PVC jacket rated for 80 degrees Celsius 28 3. Complies with NEC Article 350 29 4. Fittings 30 5. Extruded from 6063 T-1 alloy 31 6. Maximum 0.1 percent copper content 32 7. Conform to: 33 a. ANSI C80.5 34 b. UL-6 35 B. Rigid Steel Conduit 36 1. Hot dip galvanized 37 2. Threads: Hot galvanized after cutting CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 26 05 33 - 4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 1 3. Conforms to: 2 a. NEMA C80.1 3 C. Rigid PVC Schedule 80 Conduit 4 1. Designed for use above ground and underground as described in the NEC 5 2. Resistant to sunlight 6 3. UL Labeled 7 4. Conforms to: 8 a. NEMA TC-2 9 b. UL 651 10 5. Fittings conform to: 11 a. NEMA TC-3 12 b. UL 514B 13 D. Rigid PVC Schedule 40 Conduit 14 1. Designed for use underground as described in the NEC 15 2. Resistant to sunlight 16 3. UL Labeled. 17 4. Conforms to: 18 a. NEMA TC-2 19 b. UL 651 20 5. Fittings conform to: 21 a. NEMA TC-3 22 b. UL 514B 23 E. High Density Polyethylene (HDPE) Conduit 24 1. Designed for use underground as described in the NEC 25 2. Resistant to sunlight 26 3. UL Labeled 27 4. Conforms to: 28 a. UL 651A 29 b. UL 651B 30 c. NEMA TC-7 31 F. Raceway Boxes 32 1. Use: Exposed raceway systems only 33 2. Boxes for underground systems: Refer to Section 26 05 43. 34 3. Box size 35 a. Distance between each raceway entry inside the box and the opposite wall: Not 36 be less than 6 times the trade size of the largest raceway in a row. 37 b. Distance shall be increased for additional entries by the amount of the sum of 38 the diameters of all other raceway entries in the same row on the same wall of 39 the box. 40 c. Each row calculated individually, and the single row that provides the 41 maximum distance used to size box. 42 2.3 ACCESSORIES 43 A. Conduit Outlet Bodies CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 26 05 33 -5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 1 1. Up to and including 2-1/2 inches 2 a. Conduit outlet bodies and covers: Galvanized steel 3 b. Captive screw -clamp cover 4 c. Neoprene gasket 5 d. Stainless steel screws and clamps 6 2. Larger than 2-1/2 inches 7 a. Use junction boxes. 8 B. Conduit Hubs 9 1. Watertight 10 2. Threaded galvanized steel 11 3. Insulated throat 12 4. Stainless steel grounding screw 13 C. Grounding Bushings 14 1. Insulated lay -in lug grounding bushings 15 2. Tin-plated copper grounding path 16 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees 17 Celsius 18 4. Plastic insert cap each bushing 19 5. Lug size: Sufficient to accommodate maximum ground wire size required by the 20 NEC for the application 21 D. Raceway Sealant 22 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures 23 where shown or specified 24 E. Conduit Penetration Seals 25 1. Use for conduit wall and floor seals 26 F. Conduit and related hardware 27 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 28 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' 29 Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the 30 Drawings. 31 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 32 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on 33 type. 34 G. Expansion/Deflection Fittings 35 1. Use 36 a. Embedded in concrete 37 b. Exposed 38 2. Description 39 a. Internal grounding 40 b. 4 inch movement 41 c. Stainless steel/cast iron 42 H. Expansion Fittings CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 1 1. 2 2. 3 3. Galvanized steel 8 inch movement Internal grounding 26 05 33 - 6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 APPLICATION 10 A. Interface with Other Work 11 1. Coordinate the placement of conduit and related components with other trades and 12 existing installations. 13 B. Unless shown on the Drawings or specified otherwise, the conduit type installed with 14 respect to the location shall be as follows: 15 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 16 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 17 3. Exposed: Rigid galvanized steel 18 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal 19 Conduit 20 C. Box Applications 21 1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the 22 location in which they are installed. 23 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: 24 Galvanized steel 25 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or 26 enclosure is prohibited 27 D. Conduit Outlet Bodies Applications 28 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, 29 except where junction boxes are shown or otherwise specified 30 2. Conduits larger than 2-1/2 inches: Use junction boxes 31 E. Conduit Hub Applications 32 1. Unless specifically stated herein or described on the Drawings, all raceways shall 33 terminate at an outlet with a conduit hub. Locknut or double locknut terminations 34 will not be permitted. 35 F. Insulated Grounding Bushing Applications 36 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or 37 switchgear, if there is no wall or floor pan on which to anchor or terminate the 38 raceway. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 26 05 33 - 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 1 2. Other raceways: Terminate on enclosures with a conduit hub. 2 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be 3 pulled. 4 G. Conduit Fittings Applications 5 1. Combination expansion deflection fittings: Install where conduits cross structure 6 expansion joints, on conduit transitions from underground to above ground, and 7 where installed in exposed conduit runs such that the distance between expansion- 8 deflection fittings does not exceed 150 feet of conduit run. 9 2. Expansion fittings: Install in lieu of a combination expansion -deflection fitting, on 10 the exposed side of conduit transitions from underground to above ground, where 11 the earth has been disturbed to a depth of more than 10 feet. 12 H. Conduit Penetration Seals Applications 13 1. Conduit wall seals: Use where underground conduits penetrate walls or at other 14 locations shown on the Drawings 15 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at 16 other locations shown on the Drawings 17 I. Conduit Tag Applications 18 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor 19 penetrations. 20 2. Tag all underground conduits and ducts at all locations, exiting and entering from 21 underground, including manholes and handholes. 22 J. Raceway Installation 23 1. No conduit smaller than 11/4 inch electrical trade size. 24 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 25 3. Do not pull wire until the conduit system is complete in all details. 26 4. Install all underground raceways in accordance with Section 26 05 43. 27 5. Where raceways enter or leave the raceway system, where the raceway origin or 28 termination, could be subjected to the entry of moisture, rain or liquid of any type, 29 particularly where the termination of such raceways terminate in any equipment, 30 new or existing at a lower elevation, such raceways shall be tightly sealed, using 31 watertight sealant (Duxseal or equal), at the higher elevation, both before and after 32 the installation of cables, such that there shall be no entry of water or moisture to 33 the Raceway System at any time. Any damage to new or existing equipment, due to 34 the entrance of moisture from unsealed raceways, shall be corrected by complete 35 replacement of such equipment, at no cost to the City. Cleaning or drying of such 36 damaged equipment will not be acceptable. 37 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 38 feet or less as required to obtain rigid construction. 39 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back 40 plates, to raise conduits from the surface. 41 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal 42 members and threaded hanger rods not less than 3/8 inch in diameter. 43 9. Surface mounted panel boxes, junction boxes, and conduit: Supported by strut to 44 provide a minimum of 1/2 inch clearance between wall and equipment. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 26 05 33 - 8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 1 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. 2 Use concrete inserts of the spot type where attached to concrete surfaces. 3 11. Conduits on exposed work 4 a. Install at right angles to and parallel with the surrounding wall. 5 b. Conform to the form of the ceiling. 6 c. No diagonal runs. 7 d. Provide concentric bends in parallel conduit runs. 8 e. Install conduit perfectly straight and true. 9 12. Conduits terminated into enclosures: Install perpendicular to the walls where 10 flexible liquidtight or rigid conduits are required. 11 a. Do not use short sealtight elbow fittings for such terminations, except for 12 connections to instrumentation transmitters where multiple penetrations are 13 required. 14 13. Use insulated throat grounding bushings for conduits containing equipment 15 grounding conductors and terminating in boxes. Connect grounding conductors to 16 the box. 17 14. Install conduits using threaded fittings. Do not use running threads. 18 15. PVC conduit: Use glued type conduit fittings. 19 16. HDPE conduit: Use fittings by same manufacturer as conduit. 20 17. Liquidtight flexible steel conduit 21 a. Primary and secondary of transformers 22 b. Generator terminations 23 c. Other equipment where vibration is present 24 d. Connections to instrumentation transmitters, where multiple penetrations are 25 required 26 e. Do not use in other locations. 27 f. Maximum length: Not greater than that of a factory manufactured long radius 28 elbow of the conduit size being used 29 g. Maximum bending radius: Not less than that shown in the NEC Chapter 9, 30 Table 2, "Other Bends". 31 h. Do not use BX or AC type prefabricated cables. 32 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings 33 against the passage of flame and smoke. 34 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing 35 bushings. 36 20. Raceways terminating in Control Panels or boxes containing electrical equipment 37 a. Do not install to enter from the top of the panel or box. 38 b. Seal with a watertight sealant: Duxseal or equal 39 21. Conduit 40 a. The Contractor will be required to coordinate with all local utility companies, 41 long distance communication companies, City utilities, railroad companies, and 42 Dig Tess if applicable, to ascertain exact locations of conflicting underground 43 services. 44 b. The location of conduits and ground boxes are diagrammatic only and may be 45 shifted by the Inspector to accommodate field conditions. 46 c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 26 05 33 - 9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 1 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as 2 measured from the intended target point for bores. 3 e. The use of a pneumatically driven device for punching holes beneath the 4 pavement (commonly known as a "missile") will not be permitted. 5 f. Conduit installed for future use shall have a non-metallic, nylon type pull string 6 and shall be capped using standard weather tight conduit caps, as approved by 7 the Inspector. 8 g. The Contractor shall place duct seal or foam at the ends of all conduit where 9 conductors and/or cables are present. 10 h. New Conduit 11 1) All underground conduit shall be schedule 40 PVC conduit. 12 2) All conduit or raceways above ground shall be rigid metal. 13 3) All conduit and fittings shall be of the sizes and types shown on the 14 Drawings. 15 4) Each section of conduit shall bear evidence of approval by Underwriter's 16 Laboratories. 17 5) Conduit terminating in posts or pedestal bases shall not extend vertically 18 more than 3 inches above the concrete foundation. 19 6) Field bends in conduit shall have a minimum radius of 12 diameters of the 20 nominal size of the conduit. 21 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and 22 couplings made tight. PVC conduit shall be joined by the solvent --weld 23 method in accordance with the conduit manufacturer's recommendations. 24 8) No reducer couplings shall be used unless specifically indicated on the 25 Drawings. 26 9) Conduit and fittings shall have burrs and rough places smoothed and shall 27 be clean and free of obstructions before the cable is installed. 28 10) Field cuts shall be made with a hacksaw only, and shall be square and true 29 so that the ends will butt or come together for the full diameter thereof. 30 a) In no case shall a cutting torch be used to cut or join conduit. 31 11) Slip joints or running threads will not be permitted for coupling conduit 32 unless approved by the Inspector. 33 12) When a standard coupling cannot be used, an approved union coupling 34 shall be used and shall provide a water -tight coupling between the conduit. 35 13) Couplings shall be properly installed to bring their ends of connected 36 conduit together to produce a good rigid connection throughout the entire 37 length of the conduit run. 38 14) Where the coating on a rigid metal conduit run has been damaged in 39 handling or installation, such damaged parts shall be thoroughly painted 40 with rust preventive paint. 41 15) Ends of conduits shall be capped or plugged until installation of the wire is 42 complete. 43 16) Upon request by the Inspector, the Contractor shall draw a full-size metal 44 wire brush, attached by swivel joint to a pull tape, through the metal 45 conduit to insure that the conduit is clean and free from obstructions. 46 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 47 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 48 mm) below the finished street grade in the street area. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 260533 -10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 1 18) Conduit placed for concrete encasement shall be secured and supported in 2 such a manner that the alignment will not be disturbed during placement of 3 the concrete. 4 a) No concrete shall be placed until all of the conduit ends have been 5 capped and all box openings closed. 6 19) PVC conduit, which is to be placed under existing pavement, sidewalks, 7 and driveways, shall be placed by first providing a void through which the 8 PVC conduit shall be inserted. 9 a) The void may be made by boring. 10 b) Use of water or other fluids in connection with the boring operation 11 will be permitted only to lubricate cuttings. 12 c) Water jetting will not be permitted. 13 20) If it is determined by the Inspector that it is impractical to place the conduit 14 by boring as outlined above due to unforeseen obstructions, written 15 permission may be granted by the Traffic Services Manager or designee for 16 the Contractor to cut the existing pavement. 17 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the 18 curb or the outside edge of the shoulder. 19 a) The boring method used shall not interfere with the operation of streets, 20 highways, or other facilities, and shall not weaken or damage any 21 embankment structure, or pavement. 22 22) Backfill - Compaction & Density Test for All Ditchlines 23 a) All ditchlines within paving areas of existing and proposed streets and 24 within 2 feet (600 mm) back of curb are to be mechanically tamped. 25 b) All tamping is to be density controlled to 90 percent standard proctor 26 density at optimum moisture content and no greater than 5 percent 27 optimum or less than 2 percent below optimum. 28 c) All backfill material is to be select native material, 6 inches (150 mm) 29 diameter clods and smaller. 30 d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 31 mm) lifts with densities being taken for each 1feet (300 mm) of 32 compacted material on offsetting stations of 50 feet (15.9 M). 33 23) Provide adequately bent conduit and properly excavate so as to prevent 34 damage to the conduit or conductor by a bend radius which is too short. 35 24) All conduit runs shall be continuous and of the same material (metal only 36 or PVC only). 37 25) Where tying into existing conduit, the Contractor must continue with the 38 same material (metal to metal or PVC to PVC). 39 26) Each length of galvanized rigid metal conduit, where used, shall be reamed 40 and threaded on each end and couplings shall be made up tight. 41 27) White -lead paint or equal shall be used on threads of all joints. 42 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 43 29) Where the coating on a metal conduit run has been damaged in handling or 44 installation, such damaged parts shall be thoroughly painted with rust 45 preventive paint. 46 i. Existing Conduit 47 1) Prior to pulling cable in existing underground conduit, the conduit shall be 48 cleaned with a mandrel or cylindrical wire brush and blown out with 49 compressed air. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 260533 -11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 1 2) If conduit appears to be blocked, the Contractor shall make an attempt to 2 clear the conduit by rodding (The Contractor will not receive extra 3 compensation for rodding). 4 3) If the existing conduit cannot be used, the Contractor may be required to 5 repair and/or replace this conduit as directed by the Engineer. 6 a) Repair of this conduit will be paid for as "extra work" on a Change 7 Order. 8 4) The Inspector shall be notified prior to disconnection or removal of any 9 existing cable. 10 22. Conduits from external sources entering or leaving a multiple compartment 11 enclosure: Stub up into the bottom horizontal wireway or other manufacturer 12 designated area, directly below the vertical section in which the conductors are to 13 be terminated. 14 23. Conduits entering from cable tray: Stub into the upper section. 15 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or 16 NEMA 7. 17 25. Conduit identification platens 18 a. Install on all power, instrumentation, alarm and control conduits at each end of 19 the run and at intermediate junction boxes and manholes. 20 b. Install conduit plates before conductors are pulled into conduits. 21 c. Coordinate exact identification plate location with the City at the time of 22 installation to provide uniformity of placement and ease of reading. 23 26. Pull mandrels through all existing conduits that will be reused and through all new 24 conduits 2 inches in diameter and larger prior to installing conductors. 25 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or 26 designated for future equipment. 27 28. Install conduit to drain away from the equipment served. If conduit drainage is not 28 possible, use conduit seals to plug the conduits at the point of attachment to the 29 equipment 30 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, 31 present or future, in floor or ceiling construction. 32 30. Do not use running threads. 33 31. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated 34 spaces, or cold air plenums: Sealed with watertight sealant: Duxseal or equal 35 32. Locate conduits a minimum of 3 inches from steam or hot water piping. 36 a. Where crossings are unavoidable, locate conduit at least 1 inch from the 37 covering of the pipe crossed. 38 33. Conduits terminating at a cable tray 39 a. Support independently from the cable tray. 40 b. Provide conduit support within 1-feet of the cable tray. 41 c. Weight of the conduit not supported by cable tray 42 3.5 REPAIR / RESTORATION [NOT USED] 43 3.6 RE -INSTALLATION [NOT USED] 44 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 260533 -12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9 CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 26 05 43 - 1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 1 SECTION 26 05 43 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install a complete underground system of raceways, manholes and 7 hndholes 8 2. Raceways for use in structural concrete are specified in Section 26 05 33, Raceways 9 and Boxes for Electrical Systems 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 03 30 00 — Cast -in -Place Concrete 16 4. Section 26 05 33 — Raceways and Boxes for Electrical Systems 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. This Item is considered subsidiary to the Electrical Facilities being installed. 22 2. Payment 23 a. The work performed and the materials furnished in accordance with this Item 24 are subsidiary to the electrical facilities specified on the Drawings and shall be 25 subsidiary to the lump sum price bid for Electrical Facilities, and no other 26 compensation will be allowed. 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. American Association of State Highway and Transportation Officials (AASHTO) 33 a. M306 — Standard Specification for Drainage Structure Castings. 34 3. Underwriters Laboratories, Inc. (UL). CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 26 05 43 - 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. Plastic duct spacers 6 B. Shop Drawings 7 1. Manholes, handholes and associated hardware 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Manufacturers 13 a. Precast manholes: Manufactured in a NPCA (National Precast Concrete 14 Association) Certified Plant 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Handle and store material in accordance with manufacturer's instructions. 18 2. Store materials completely covered; do not expose materials to sunlight. 19 3. Materials showing signs of previous or jobsite exposure will be rejected. 20 1.11 FIELD [SITE] CONDITIONS 21 1.12 WARRANTY 22 A. No separate warranty for this equipment 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. Manufacturers 27 1. Manufacturer List 28 a. Refer to Section 0160 00. 29 B. Conduit 30 1. PVC Schedule 40 or HDPE 31 2. Refer to Section 26 05 33 32 3. Terminators: Same size and type as the raceway 33 C. Concrete cap for raceways and duct banks 34 1. Refer to Section 03 30 00. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 26 05 43 - 3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 1 2. Red dye 2 a. 40 pounds per 10 cubic yards of concrete 3 D. Manholes and Handholes 4 1. Precast concrete 5 2. Designed for a AASHTO Class H2O load. 6 3. Sizes shown on Drawings 7 4. Manhole tops 8 a. Field removable 9 b. Stainless steel lifting eyes 10 5. Duct bank entries into the manhole or handhole 11 a. Centered on the entering wall 12 b. Contain the number and size of duct terminators to match the corresponding 13 duct bank 14 6. Concrete sump 15 a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep 16 b. Located in the middle of the floor of the manhole or handhole, or as shown on 17 the Drawings 18 E. Manhole Covers 19 1. Heavy duty 20 2. 36 inch diameter 21 3. Machined gray iron 22 4. AASHTO M306 CL35B minimum 23 5. 40,000-pound proof load value (AASHTO Class H2O X 2.5) 24 6. Including frame 25 7. "Electric" or "Communication" raised lettering recessed flush on the cover 26 8. Drop handles 27 F. Castings 28 1. Made In the USA 29 2. Cast with the foundry's name and production date (example: mm/dd/yy) 30 3. True to pattern in form and dimension 31 4. Free from pouring faults, sponginess, cracks, blow holes, or other defects in 32 positions affecting strength and value 33 5. Angles: Filleted 34 6. Arises: Sharp and true 35 G. Hardware 36 1. Cable racks 37 a. Heavy duty 38 b. Non-metallic 39 c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not 40 less than 250 pounds at the outer end 41 d. Molded in 1 piece of U.L. listed glass reinforced nylon 42 e. Secured to the manhole and walls using drilled epoxy anchoring system, with 43 316 stainless steel bolts CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 26 05 43 - 4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 1 f. Arms vertically spaced not greater than 24 inches on center 2 2. Pulling irons 3 a. Copolymer polypropylene coated 1/2 inch diameter cable 4 b. Rated pulling strength: 7500 lbs 5 c. Polyethylene pulling iron pocket 6 d. Manholes: Recessed in wall opposite each duct entry 7 e. Handholes: Located near center of handhole floor 8 3. Ladders 9 a. Fiberglass reinforced plastic 10 b. Safety yellow 11 c. 18 inch rung width 12 d. 12 inch rung spacing 13 e. Furnish 2 ladders, length 4 feet greater than the deepest manhole in the 14 underground system 15 H. Polyethylene Warning Tape 16 1. Red polyethylene film 17 2. 2 inches minimum width 18 3. Embedded metallic wire for location tracing 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 1. Field verify the routing of all underground duct banks before placement 26 2. Modify the routing to avoid underground utilities or above ground objects 27 3. Provide any alternate routing of the duct banks to the City for approval before 28 installation 29 3.3 TRENCH EXCAVATION 30 A. Provide suitable room for installing manholes, handholes, ducts and appurtenances 31 B. Furnish and place all sheeting, bracing and supports. 32 C. Excavate material of every description and of whatever substance encountered. 33 D. Pavement: Cut with saw, wheel or pneumatic chisel along straight lines before 34 excavating 35 E. Refer to Section 33 05 10. 36 3.4 INSTALLATION 37 A. Trench Excavation 38 1. Provide suitable room for installing manholes, handholes, ducts and appurtenances. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 26 05 43 - 5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 1 2. Furnish and place all sheeting, bracing and supports. 2 3. Excavate material of every description and of whatever substance encountered in 3 conformance with Section 33 05 10. 4 4. Pavement 5 a. Cut with saw, wheel or pneumatic chisel along straight lines before excavating. 6 5. Trenching and Compaction shall be in accordance with Section 33 05 10. 7 B. Special Techniques 8 1. Changes of direction 9 a. Less than 20 degrees 10 1) Use hotbox, strictly in conformance with the conduit manufacturer's 11 instructions 12 b. Greater than 20 degrees 13 1) Use long radius bends 14 2. Minimum raceway size between manholes or handholes shall be 2 inches 15 C. Slopes 16 1. Install raceways to drain away from buildings. 17 2. Install raceways between manholes or handholes to drain toward the manholes or 18 handholes. 19 3. Slopes 20 a. At least 3 inches per 100 feet 21 D. Lay raceway lines in trenches on sand bedding. 22 E. Plastic spacers 23 1. Not more than 4 feet apart 24 2. Provide not less than 2 inch clearance between raceways. 25 F. Raceway banks cover: 24 inches 26 G. Raceway terminations at manholes: Terminator for PVC conduit 27 H. Blank duct plugs 28 1. Use to seal the ends of all unused ducts in the duct system 29 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the 30 underground system 31 I. Raceways entering or exiting the underground system, rising to higher elevation 32 1. Seal at higher elevation before and after the installation of cables 33 2. No entry of water or moisture to the Underground System at any time 34 J. Complete duct system before pulling any wire. 35 K. Swab all raceways clean before installing cable. 36 L. Cables in manholes and handholes 37 1. Train, support and restrain on cable racks. 38 2. Route cables passing duct entrances above all duct entrances. 39 3. Do not route cable in front of or below duct bank entrances. 40 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 26 05 43 - 6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 1 M. Tag all underground conduits at all locations exiting and entering from underground, 2 including manholes and handholes 3 3.5 REPAIR / RESTORATION 4 A. Remove and replace sub grade soils which become soft, loose or otherwise 5 unsatisfactory as a result of inadequate excavation, dewatering or other trenching 6 methods, using gravel fill. 7 B. Existing pavement 8 1. Saw cut and repair existing pavements above new and modified existing duct 9 banks. 10 2. Cut along straight lines. 11 3. Replace pavement with the same type and quality of the existing paving. 12 C. Grassy areas 13 1. Remove and replace sod, or 14 2. Loam and reseed surface 15 3.6 RE -INSTALLATION 16 A. Backfilling 17 1. Remove materials unsuitable for backfilling. 18 2. Trench fill 19 a. Common fill material 20 b. Void of rock or other non -porous material 21 c. Layers not to exceed 8-inches in loose measure 22 d. Compact to 90 percent standard Proctor density at optimum moisture content of 23 f 4 percent 24 e. Mounded 6-inches above existing grade 25 3. Existing grass, loam or gravel surface 26 a. Remove surface material 27 b. Conserve 28 c. Replace to the full original depth 29 4. Paved areas or designated future paved areas 30 a. Backfill with select fill material 31 b. Layers not to exceed 8-inches loose measure 32 c. Compact to 95 percent standard Proctor density at optimum moisture content of 33 f 3 percent 34 5. Compaction 35 a. Hand or pneumatic tamping with tools weighing at least 20 pounds 36 b. Place material being spread and compacted in layers not over 8-in loose thick. 37 c. Sprinkle in conjunction with rolling or ramming, if needed to achieve required 38 compaction 39 6. Do not place bituminous paving in backfill. 40 7. Do not use water jetting as a means of consolidating or compacting backfill. 41 8. Road surfaces 42 a. Broom and hose -clean immediately after backfilling 43 b. Employ dust control measures at all times. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 26 05 43 - 7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 1 3.7 CLEANING 2 A. Remove all rubbish and debris from inside and around the underground system. 3 B. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, 4 hndholes and structures, using brushes, vacuum cleaner or clean, lint free rags. 5 C. Do not use compressed air. 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 311000-1 SITE CLEARING Pagel of 5 1 SECTION 3110 00 2 SITE CLEARING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 3. Section 02 41 13 — Selective Site Demolition 17 4. Section 02 41 14 — Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for "Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of trees, structures and obstructions 29 3) Backfilling of holes 30 4) Clean-up 31 2. Tree Removal (typically included in "Site Clearing", but should be used if "Site 32 Clearing" is not a bid item) 33 a. Measurement 34 1) Measurement for this Item shall be per each. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each "Tree Removal" for: 38 a) Various caliper ranges 39 c. The price bid shall include: 40 1) Pruning of designated trees and shrubs 41 2) Removal and disposal of structures and obstructions CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 311000-2 SITE CLEARING Page 2 of 5 1 3) Grading and backfilling of holes 2 4) Excavation 3 5) Fertilization 4 6) Clean-up 5 3. Tree Removal and Transplantation 6 a. Measurement 7 1) Measurement for this Item shall be per each. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid per each "Tree Transplant" for: 11 a) Various caliper ranges 12 c. The price bid shall include: 13 1) Pruning of designated trees and shrubs 14 2) Removal and disposal of structures and obstructions 15 3) Moving tree with truck mounted tree spade 16 4) Grading and backfilling of holes 17 5) Replanting tree at temporary location (determined by Contractor) 18 6) Maintaining tree until Work is completed 19 7) Replanting tree into original or designated location 20 8) Excavation 21 9) Fertilization 22 10) Clean-up 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Permits 26 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 27 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 28 B. Preinstallation Meetings 29 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 30 City Inspector, and the Project Manager for the purpose of reviewing the 31 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 32 prior to the meeting. 33 2. The Contractor will provide the City with a Disposal Letter in accordance to 34 Division 01. 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 41 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 311000-3 SITE CLEARING Page 3 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] Gs lRM9;1N6T.1711Y111►I 7 A. All trees identified to be protected and/or preserved should be clearly flagged with 8 survey tape. 9 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 10 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 11 saved. 12 3.4 INSTALLATION 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. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 '/2 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 311000-4 SITE CLEARING Page 4 of 5 1 2. The testing, removal, and disposal of hazardous materials will be in accordance 2 with Division 1. 3 C. Site Clearing 4 1. Clear areas shown on the Drawings of all obstructions, except those landscape 5 features that are to be preserved. Such obstructions include, but are not limited to: 6 a. Remains of buildings and other structures 7 b. Foundations 8 c. Floor slabs 9 d. Concrete 10 e. Brick 11 f. Lumber 12 g. Plaster 13 h. Septic tank drain fields 14 i. Abandoned utility pipes or conduits 15 j. Equipment 16 k. Trees 17 1. Fences 18 m. Retaining walls 19 n. Other items as specified on the Drawings 20 2. Remove vegetation and other landscape features not designated for preservation, 21 whether above or below ground, including, but not limited to: 22 a. Curb and gutter 23 b. Driveways 24 c. Paved parking areas 25 d. Miscellaneous stone 26 e. Sidewalks 27 f. Drainage structures 28 g. Manholes 29 h. Inlets 30 i. Abandoned railroad tracks 31 j. Scrap iron 32 k. Other debris 33 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 34 maintain traffic and drainage in accordance with Section 02 41 14. 35 4. In areas receiving embankment, remove obstructions not designated for 36 preservation to 2 feet below natural ground. 37 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 38 6. In all other areas, remove obstructions to 1 foot below natural ground. 39 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 40 off to ground level. 41 a. Removal of existing structures shall be as per Section 02 41 13. 42 D. Disposal 43 1. Dispose of all trees within 24 hours of removal. 44 2. All materials and debris removed becomes the property of the Contractor, unless 45 otherwise stated on the Drawings. 46 3. The Contractor will dispose of material and debris off -site in accordance with local, 47 state, and federal laws and regulations. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 311000-5 SITE CLEARING Page 5 of 5 1 3.5 REPAIR [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 5 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 3. Section 3124 00 — Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Excavation by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position, this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per cubic yard of "Unclassified Excavation by Plan". No 36 additional compensation will be allowed for rock or shrinkage/swell 37 factors, as these are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Excavation 40 2) Excavation Safety 41 3) Drying 42 4) Dust Control CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 5) Reworking or replacing the over excavated material in rock cuts 2 6) Hauling 3 7) Disposal of excess material not used elsewhere onsite 4 8) Scarification 5 9) Clean-up 6 2. Excavation by Surveyed Quantity 7 a. Measurement 8 1) Measurement for this Item shall be by the cubic yard in its final position 9 calculated using the average end area or composite method. 10 a) The City will perform a reference survey once the Site has been cleared 11 to obtain existing ground conditions. 12 b) The City will perform a final post -construction survey. 13 c) The Contractor will be paid for the cubic yardage of Excavated material 14 calculated as the difference between the two surveys. 15 d) Partial payments will be based on estimated plan quantity 16 measurements calculated by the Engineer. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement" will be paid for at the unit 20 price bid per cubic yard of "Unclassified Excavation by Survey". 21 c. The price bid shall include: 22 1) Excavation 23 2) Excavation Safety 24 3) Drying 25 4) Dust Control 26 5) Reworking or replacing the over excavated material in rock cuts 27 6) Hauling 28 7) Disposal of excess material not used elsewhere onsite 29 8) Scarification 30 9) Clean-up 31 1.3 REFERENCES [NOT USED] 32 A. Definitions 33 1. Unclassified Excavation — Without regard to materials, all excavations shall be 34 considered unclassified and shall include all materials excavated. Any reference to 35 Rock or other materials on the Drawings or in the specifications is solely for the 36 City and the Contractor's information and is not to be taken as a classification of 37 the excavation. 38 1.4 ADMINSTRATIVE REQUIREMENTS 39 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 40 01. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage 13 1. Within Existing Rights -of -Way (ROW) 14 a. Soil may be stored within existing ROW, easements or temporary construction 15 easements, unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 3125 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non -paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement, then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off -site 15 accordance with local, state, and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings, use approved embankment material compacted in 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 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 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 21 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312400-1 EMBANKMENTS Page 1 of 9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of- 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on -site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Embankments by Plan Quantity 21 a. Measurement 22 1) Measurement for this Item shall be by the cubic yard in its final position 23 using the average end area method. Limits of measurement are shown on 24 the Drawings. 25 2) When measured by the cubic yard in its final position, this is a plans 26 quantity measurement Item. The quantity to be paid is the quantity shown 27 in the proposal, unless modified by Article 11.04 of the General 28 Conditions. Additional measurements or calculations will be made if 29 adjustments of quantities are required. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price bid per cubic yard of "Embankment by Plan". No additional 34 compensation will be allowed for rock or shrinkage/swell factors, as these 35 are the Contractor's responsibility. 36 c. The price bid shall include: 37 1) Transporting or hauling material 38 2) Placing, compacting, and finishing Embankment 39 3) Construction Water 40 4) Dust Control 41 5) Clean-up 42 6) Proof Rolling CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312400-2 EMBANKMENTS Page 2 of 9 1 7) Disposal of excess materials 2 8) Reworking or replacement of undercut material 3 2. Embankments by Surveyed Quantity 4 a. Measurement 5 1) Measurement for this Item shall be by the cubic yard in its final position 6 calculated using the average end area or composite method. 7 a) The City will perform a reference survey once the Site has been cleared 8 to obtain existing ground conditions. 9 b) The City will perform a final post -construction survey. 10 c) The Contractor will be paid for the cubic yardage of Embankment 11 calculated as the difference between the two surveys. 12 d) Partial payments will be based on estimated plan quantity 13 measurements calculated by the Engineer. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under "Measurement" will be paid for at the unit 17 price bid per cubic yard of "Embankment by Survey". 18 c. The price bid shall include: 19 1) Transporting or hauling material 20 2) Placing, compacting, and finishing Embankment 21 3) Construction Water 22 4) Dust Control 23 5) Clean-up 24 6) Proof Rolling 25 7) Disposal of excess materials 26 8) Reworking or replacement of undercut material 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this specification refer to the current reference standard 30 published at the time of the latest revision date logged at the end of this 31 specification, unless a date is specifically cited. 32 2. ASTM Standards 33 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 34 and Plasticity Index of Soils 35 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 36 Wax Method 37 c. ASTM D698-07el, Standard Test Methods for Laboratory Compaction 38 Characteristics of Soil Using Standard Effort 39 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 40 Characteristics of Soil Using Modified Effort 41 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 42 Weight and Water Content Range for Effective Compaction of Granular Soils 43 Using a Vibrating Hammer 44 £ ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In -Place 45 by the Sand Cone Method 46 1.4 ADMINSTRATIVE REQUIREMENTS 47 A. Sequencing CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312400-3 EMBANKMENTS Page 3 of 9 1 1. Sequence work such that calls of proctors are complete in accordance with ASTM 2 D698 prior to commencement of construction activities. 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to construction 6 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 7 A. Shop Drawings 8 1. Stockpiled material 9 a. Provide a description of the storage of the excavated material only if the 10 Contract Documents do not allow storage of materials in the right-of-way or the 11 easement 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage 17 1. Within Existing Rights -of -Way (ROW) 18 a. Soil may be stored within existing ROW, easements or temporary construction 19 easements, unless specifically disallowed in the Contract Documents. 20 b. Do not block drainage ways, inlets or driveways. 21 c. Provide erosion control in accordance with Section 3125 00. 22 d. When the Work is performed in active traffic areas, store materials only in 23 areas barricaded as provided in the traffic control plans. 24 e. In non -paved areas, do not store material on the root zone of any trees or in 25 landscaped areas. 26 2. Designated Storage Areas 27 a. If the Contract Documents do not allow the storage within the ROW, easement 28 or temporary construction easement, then secure and maintain an adequate 29 storage location. 30 b. Provide an affidavit that rights have been secured to store the materials on 31 private property. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Do not block drainage ways. 34 1.11 FIELD CONDITIONS 35 A. Existing Conditions 36 1. Any data which has been or may be provided on subsurface conditions is not 37 intended as a representation or warranty of accuracy or continuity between soils. It 38 is expressly understood that neither the City nor the Engineer will be responsible 39 for interpretations or conclusions drawn there from by the Contractor. 40 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312400-4 EMBANKMENTS Page 4 of 9 1 1.12 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Acceptable Fill Material 7 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 8 ASTM D2487 9 b. Free from deleterious materials, boulders over 6 inches in size and organics 10 c. Can be placed free from voids 11 d. Must have 20 percent passing the number 200 sieve 12 2. Blended Fill Material 13 a. In -situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 14 ASTM D2487 15 b. Blended with in -situ or imported acceptable backfill material to meet the 16 requirements of an Acceptable Backfill Material 17 c. Free from deleterious materials, boulders over 6 inches in size and organics 18 d. Must have 20 percent passing the number 200 sieve 19 3. Unacceptable Fill Material 20 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 21 D2487 22 4. Select Fill 23 a. Classified as SC or CL in accordance with ASTM D2487 24 b. Liquid limit less than 35 25 c. Plasticity index between 8 and 20 26 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 27 2.4 ACCESSORIES [NOT USED] 28 2.5 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION 33 A. Protection of In -Place Conditions 34 1. Pavement 35 a. Conduct activities in such a way that does not damage existing pavement that is 36 designated to remain. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312400-5 EMBANKMENTS Page 5 of 9 1 b. Repair or replace any pavement damaged due to the negligence of the 2 contractor outside the limits designated for pavement removal at no additional 3 cost 4 2. Trees 5 a. When operating outside of existing ROW, stake permanent and temporary 6 construction easements. 7 b. Restrict all construction activities to the designated easements and ROW. 8 c. Flag and protect all trees designated to remain in accordance with Section 31 10 9 00. 10 d. Conduct embankments in a manner such that there is no damage to the tree 11 canopy. 12 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 13 specifically allowed by the City. 14 1) Pruning or trimming may only be accomplished with equipment 15 specifically designed for tree pruning or trimming. 16 3. Above ground Structures 17 a. Protect all above ground structures adjacent to the construction. 18 4. Traffic 19 a. Maintain existing traffic, except as modified by the traffic control plan, and in 20 accordance with Section 34 71 13. 21 b. Do not block access to driveways or alleys for extended periods of time unless: 22 1) Alternative access has been provided 23 2) Proper notification has been provided to the property owner or resident 24 3) It is specifically allowed in the traffic control plan 25 3.4 INSTALLATION 26 A. Embankments General 27 1. Placing and Compacting Embankment Material 28 a. Perform fill operation in an orderly and systematic manner using equipment in 29 proper sequence to meet the compaction requirements 30 b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 31 6 inches, unless otherwise shown on the Drawings 32 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 33 deleterious materials 34 d. Bench slopes before placing material. 35 e. Begin filling in the lowest section or the toe of the work area 36 f. When fill is placed directly or upon older fill, remove debris and any loose 37 material and proof roll existing surface. 38 g. After spreading the loose lifts to the required thickness and adjusting its 39 moisture content as necessary, simultaneously recompact scarified material 40 with the placed embankment material. 41 h. Roll with sufficient number passes to achieve the minimum required 42 compaction. 43 i. Provide water sprinkled as necessary to achieve required moisture levels for 44 specified compaction 45 j. Do not add additional lifts until the entire previous lift is properly compacted. 46 2. Surface Water Control 47 a. Grade surface horizontally but provide with sufficient longitudinal and 48 transverse slope to allow for runoff of surface water from every point. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312400-6 EMBANKMENTS Page 6 of 9 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 2 created. 3 c. Install temporary dewatering sumps in low areas during filling where excess 4 amounts of runoff collect. 5 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 6 free from humps and hollows that would prevent proper uniform compaction. 7 e. Do not place fill during or shortly after rain events which prevent proper work 8 placement of the material and compaction 9 f. Prior to resuming compaction operations, remove muddy material off the 10 surface to expose firm and compacted materials 11 B. Embankments for Roads 12 1. Only Acceptable Fill Material will be allowed for roadways 13 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 14 the finished grade of the street 15 3. Construct generally to conform to the cross section of the subgrade section as 16 shown in the Drawings. 17 4. Establish grade and shape to the typical sections shown on the Drawings 18 5. Maintain finished sections of embankment to the grade and compaction 19 requirements until the project is accepted. 20 C. Earth Embankments 21 1. Earth embankment is mainly composed of material other than rock. Construct 22 embankments in successive layers, evenly distributing materials in lengths suited 23 for sprinkling and rolling. 24 2. Rock or Concrete 25 a. Obtain approval from the City prior to incorporating rock and broken concrete 26 produced by the construction project in the lower layers of the embankment. 27 b. No Rock or Concrete will be permitted in embankments in any location where 28 future utilities are anticipated. 29 c. When the size of approved rock or broken concrete exceeds the layer thickness 30 place the rock and concrete outside the limits of the proposed structure or 31 pavement. Cut and remove all exposed reinforcing steel from the broken 32 concrete. 33 3. Move the material dumped in piles or windrows by blading or by similar methods 34 and incorporate it into uniform layers. 35 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 36 ensure there are no abrupt changes in the material. 37 5. Break down clods or lumps of material and mix embankment until a uniform 38 material is attained. 39 D. Rock Embankments 40 1. Rock embankment is mainly composed of rock. 41 2. Rock Embankments for roadways are only allowed when specifically designated on 42 the Drawings. 43 3. Construct rock embankments in successive layers for the full width of the roadway 44 cross-section with a depth of 18-inches or less. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312400-7 EMBANKMENTS Page 7 of 9 1 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 2 case. Fill voids created by the large stone matrix with smaller stones during the 3 placement and filling operations. 4 5. Ensure the depth of the embankment layer is greater than the maximum dimension 5 of any rock. 6 6. Do not place rock greater than 18-inches in its maximum dimension. 7 7. Construct the final layer with graded material so that the density and uniformity is 8 in accordance compaction requirements. 9 8. The upper or final layer of rock embankments shall contain no material larger than 10 4 inches in their maximum dimension. 11 E. Density 12 1. Compact each layer until the maximum dry density as determined by ASTM D698 13 is achieved. 14 a. Not Under Roadway or Structure: 15 1) areas to be compacted in the open, not beneath any structure, pavement, 16 flatwork, or is a minimum of 1 foot outside of the edge of any structure, 17 edge of pavement, or back of curb. 18 a) Compact each layer to a minimum of 90 percent Standard Proctor 19 Density. 20 b. Embankments under future paving: 21 1) Compact each layer to a minimum of 95 percent standard proctor density 22 with a moisture content not to exceed +4 percent or -2 percent of optimum 23 moisture or as indicated on the Drawings 24 c. Embankments under structures: 25 1) Compacted each layer as indicated on the Drawings 26 F. Maintenance of Moisture and Reworking 27 1. Maintain the density and moisture content once all requirements are met. 28 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 29 percentage points below optimum. 30 3. Rework the material to obtain the specified compaction when the material loses the 31 required stability, density, moisture, or finish. 32 4. Alter the compaction methods and procedures on subsequent work to obtain 33 specified density as directed by the City. 34 3.5 REPAIR [NOT USED] 35 3.6 RE -INSTALLATION [NOT USED] 36 3.7 FIELD QUAILITY CONTROL 37 A. Field Tests and Inspections 38 1. Proctors 39 a. The City will perform Proctors in accordance with ASTM D698. 40 b. Test results will generally be available to within 4 calendar days and distributed 41 to: 42 1) Contractor 43 2) City Project Manager 44 3) City Inspector CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312400-8 EMBANKMENTS Page 8 of 9 1 4) Engineer 2 c. Notify the City if the characteristic of the soil changes. 3 d. City will perform new proctors for varying soils: 4 1) When indicated in the geotechnical investigation in the Appendix 5 2) If notified by the Contractor 6 3) At the convenience of the City 7 e. Embankments where different soil types are present and are blended, the 8 proctors shall be based on the mixture of those soils. 9 2. Proof Rolling 10 a. Embankments under Future Pavement 11 1) City Project Representative must be on -site during proof rolling operations. 12 2) Use equipment that will apply sufficient load to identify soft spots that rut 13 or pump. 14 a) Acceptable equipment includes fully loaded single -axle water truck 15 with a 1500 gallon capacity. 16 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 17 4) Offset each trip by at most 1 tire width. 18 5) If an unstable or non -uniform area is found, correct the area. 19 6) Correct 20 a) Soft spots that rut or pump greater than 3/4 inch. 21 b) Areas that are unstable or non -uniform 22 7) If a non -uniform area is found then correct the area. 23 b. Embankments Not Under Future Paving 24 1) No Proof Rolling is required. 25 3. Density Testing of Embankments 26 a. Density Test shall be in conformance with ASTM D2922. 27 b. For Embankments under future pavement: 28 1) The City will perform density testing twice per working day when 29 compaction operations are being conducted. 30 2) The testing lab shall take a minimum of 3 density tests, but the number of 31 test shall be appropriate for the area being compacted. 32 3) Testing shall be representative of the current lift being compacted. 33 4) Special attention should be placed on edge conditions. 34 c. For Embankments not under future pavement or structures: 35 1) The City will perform density testing once working day when compaction 36 operations are being conducted. 37 2) The testing lab shall take a minimum of 3 density tests. 38 3) Testing shall be representative of the current lift being compacted. 39 d. Make the area where the embankment is being placed available for testing. 40 e. The City will determine the location of the test. 41 £ The City testing lab will provide results to Contractor and the City's Inspector 42 upon completion of the testing. 43 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 44 h. Test reports shall include: 45 1) Location of test by station number 46 2) Time and date of test 47 3) Depth of testing 48 4) Field moisture 49 5) Dry density CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312400-9 EMBANKMENTS Page 9 of 9 1 6) Proctor identifier 2 7) Percent Proctor Density 3 B. Non -Conforming Work 4 1. All non -conforming work shall be removed and replaced. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 28, 2013 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan <1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan > 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics —Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 10 TXR150000 11 4. TxDOT Departmental Material Specifications (DMS) 12 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change (if applicable) 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams 33 1. Aggregate 34 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 35 crumbling, flaking and eroding acceptable to the Engineer. 36 b. Provide the following: 37 1) Types 1, 2 and 4 Rock Filter Dams CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 3 to 6 inch aggregate. 2 2) Type 3 Rock Filter Dams 3 a) Use 4 to 8 inch aggregate. 4 2. Wire 5 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 6 wires for Types 2 and 3 rock filter dams 7 b. Type 4 dams require: 8 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2'/2 9 inches x 3 1/4 inches 10 2) Minimum 0.0866 inch steel wire for netting 11 3) Minimum 0.1063 inch steel wire for selvages and corners 12 4) Minimum 0.0866 inch for binding or tie wire 13 B. Geotextile Fabric 14 1. Place the aggregate over geotextile fabric meeting the following criteria: 15 a. Tensile Strength of 250 pounds, per ASTM D4632 16 b. Puncture Strength of 135 pounds, per ASTM D4833 17 c. Mullen Burst Rate of 420 psi, per ASTM D3786 18 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 19 C. Sandbag Material 20 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 21 be used to fill the sandbags. 22 D. Stabilized Construction Entrances 23 1. Provide materials that meet the details shown on the Drawings and this Section. 24 a. Provide crushed aggregate for long and short-term construction exits. 25 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 26 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 27 and injurious matter. 28 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 29 d. The aggregate shall be placed over a geotextile fabric meeting the following 30 criteria: 31 1) Tensile Strength of 300 pounds, per ASTM D4632 32 2) Puncture Strength of 120 pounds, per ASTM D4833 33 3) Mullen Burst Rate of 600 psi, per ASTM D3786 34 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 35 E. Embankment for Erosion Control 36 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 37 embankment to meet the intended use. 38 F. Sandbags 39 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 40 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 41 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 42 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 43 1 to fill sandbags. 44 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 45 inches thick. 46 Table 1 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent 2 G. Temporary Sediment Control Fence 3 1. Provide a net -reinforced fence using woven geo-textile fabric. 4 2. Logos visible to the traveling public will not be allowed. 5 a. Fabric 6 1) Provide fabric materials in accordance with DMS-6230, "Temporary 7 Sediment Control Fence Fabric." 8 b. Posts 9 1) Provide essentially straight wood or steel posts with a minimum length of 10 48 inches, unless otherwise shown on the Drawings. 11 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 12 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 13 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 14 foot. 15 c. Net Reinforcement 16 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 17 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 18 unless otherwise shown on the Drawings. 19 d. Staples 20 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Storm Water Pollution Prevention Plan 29 1. Develop and implement the project's Storm Water Pollution Prevention Plan 30 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 31 requirements. Prevent water pollution from storm water runoff by using and 32 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 33 discharges to the MS4 from the construction site. 34 B. Control Measures 35 1. Implement control measures in the area to be disturbed before beginning 36 construction, or as directed. Limit the disturbance to the area shown on the 37 Drawings or as directed. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR150000. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish -grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 6. Construct filter dams according to the following criteria, unless otherwise shown on 2 the Drawings: 3 a. Type 1 (Non -reinforced) 4 1) Height - At least 18 inches measured vertically from existing ground to top 5 of filter dam 6 2) Top Width - At least 2 feet 7 3) Slopes - At most 2:1 8 b. Type 2 (Reinforced) 9 1) Height - At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width - At least 2 feet 12 3) Slopes - At most 2:1 13 c. Type 3 (Reinforced) 14 1) Height - At least 36 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 d. Type 4 (Sack Gabions) 19 1) Unfold sack gabions and smooth out kinks and bends. 20 2) For vertical filling, connect the sides by lacing in a single loop —double loop 21 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 22 tight, wrap around the end, and twist 4 times. At the filling end, fill with 23 stone, pull the rod tight, cut the wire with approximately 6 inches 24 remaining, and twist wires 4 times. 25 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 26 connect sides and secure ends as described above. 27 4) Lift and place without damaging the gabion. 28 5) Shape sack gabions to existing contours. 29 e. Type 5 30 1) Provide rock filter dams as shown on the Drawings. 31 H. Construction Entrances 32 1. When tracking conditions exist, prevent traffic from crossing or exiting the 33 construction site or moving directly onto a public roadway, alley, sidewalk, parking 34 area, or other right of way areas other than at the location of construction entrances. 35 2. Place the exit over a foundation course, if necessary. 36 a. Grade the foundation course or compacted subgrade to direct runoff from the 37 construction exits to a sediment trap as shown on the Drawings or as directed. 38 3. At drive approaches, make sure the construction entrance is the full width of the 39 drive and meets the length shown on the Drawings. 40 a. The width shall beat 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 1. 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 River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or 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 toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand -tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 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. 5 2) Requirements for installation of used temporary sediment -control fence 6 include the following: 7 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 8 b) Fabric without excessive patching (more than 1 patch every 15 to 20 9 feet) 10 c) Posts without bends 11 d) Backing without holes 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. Waste Management 19 1. Remove sediment, debris and litter as needed. 20 3.11 CLOSEOUT ACTIVITIES 21 A. Erosion control measures remain in place and are maintained until all soil disturbing 22 activities at the project site have been completed. 23 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 24 on areas not covered by permanent structures, or in areas where permanent erosion 25 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE 28 A. Install and maintain the integrity of temporary erosion and sedimentation control 29 devices to accumulate silt and debris until earthwork construction and permanent 30 erosion control features are in place or the disturbed area has been adequately stabilized 31 as determined by the Engineer. 32 B. If a device ceases to function as intended, repair or replace the device or portions 33 thereof as necessary. 34 C. Perform inspections of the construction site as prescribed in the Construction General 35 Permit TXR150000. 36 D. Records of inspections and modifications based on the results of inspections must be 37 maintained and available in accordance with the permit. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 3137 00 RIPRAP 313700-1 RIPRAP Page 1 of 10 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement -stabilized, or special riprap. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 3. Section 03 30 00 — Cast -In -Place Concrete 13 4. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by the face square yard to the depth 18 specified of material complete in place. Volume will be computed on the basis 19 of the measured area and type, verified by field measurements. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item and 22 measured as provided under "Measurement" will be paid for at the unit price 23 bid per square yard of "Riprap" installed for: 24 1) Various types 25 2) Various thicknesses 26 3) Various void -filling techniques 27 3. The price bid shall include: 28 a. Furnishing, hauling, and placing riprap 29 b. Filter fabric 30 c. Expansion joint material 31 d. Concrete and reinforcing steel 32 e. Excavation of toe wall trenches, as applicable 33 f. Excavation below natural ground or bottom of excavated channel, as applicable 34 g. Shaping of slopes, as applicable 35 h. Bedding 36 i. Grout and mortar 37 j. Scales 38 k. Test weights 39 1. Clean-up 40 1.3 REFERENCES 41 A. Reference Standards CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 313700-2 RIPRAP Page 2 of 10 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM Standards 5 a. ASTM C 136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 6 Aggregates 7 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 8 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 9 Vacuum Saturation and Rapid Submersion 10 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate 11 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 12 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 13 Elongation of Geotextiles 14 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 15 Geotextiles 16 f. ASTM D751-06, Standard Test Methods for Coated Fabrics 17 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 18 Size of a Geotextile 19 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 20 Geotextiles by Permittivity 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [NOT USED] 32 2.2 PRODUCT TYPES AND MATERIALS 33 A. Concrete Riprap 34 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 35 Section 03 30 00, unless otherwise shown on the Drawings. 36 B. Stone Riprap 37 1. Unless otherwise shown on the Drawings, use durable natural stone with a 38 minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss 39 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 40 cycles of sodium sulfate solution. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 313700-3 RIPRAP Page 3 of 10 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 3125 00. For slab riprap, provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Riprap Gradation Requirements Thickness Maximum Size 90 percent Size' 50& Size' 8 percent Size, (lb.) (lb.) (lb.) Minimum (lb.) 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 313 City Project No. 103251 1 2 Table 2 Bedding Stone Gradation Sieve Size (Square Mesh) 3 inches 1-1/2 inches 3/4 inches No. 4 No. 10 Percent by Weight Passing 100 50-80 20-60 0-15 0-5 3 C. Special Riprap 4 1. Furnish materials for special riprap according to the Drawings. 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 6 2.4 ACCESSORIES [NOT USED] 7 2.5 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 313700-4 RIPRAP Page 4 of 10 A. Dress slopes and protected areas to the line and grade shown on the Drawings before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B. Concrete Riprap 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings. 4. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. 5. Immediately after the finishing operation, cure the riprap according to Section 03 3000. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 313 City Project No. 103251 313700-5 RIPRAP Page 5 of 10 1 C. Stone Riprap 2 1. Provide the following types of stone riprap when shown on the Drawings. 3 a. Dry Riprap 4 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. 5 b. Grouted Riprap 6 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids 7 grouted after all the stones are in place. 8 c. Mortared Riprap 9 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is 10 placed. 11 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in 12 stone riprap, and place to a tight fit. 13 3. Do not place mortar or grout when the air temperature is below 35 degrees 14 Fahrenheit. 15 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise 16 approved, place filter fabric with the length running up and down the slope. Ensure 17 fabric has a minimum overlap of 2 feet. 18 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- 19 shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 20 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing 21 may be used when approved. 22 6. Large 23 a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place 24 stones in a single layer with close joints so that most of their weight is carried 25 by the earth and not by the adjacent stones. 26 b. Place the upright axis of the stones at an angle of approximately 90 degrees to 27 the embankment slope. 28 c. Place each course from the bottom of the embankment upward with the larger 29 stones in the lower courses. 30 d. Fill open joints between stones with spalls. 31 e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch 32 variation between the tops of adjacent stones. Replace, embed deeper, or chip 33 away stones that project more than the allowable amount above the finished 34 surface. 35 f. When the Drawings require Large stone riprap to be grouted, prevent earth, 36 sand, or foreign material from filling the spaces between the stones. After the 37 stones are in place, thoroughly wet the stones, fill the spaces between the stones 38 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 39 grouting. 40 7. Medium 41 a. Dry Placement 42 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared 43 horizontal earth bed, and overlap the underlying course to secure a lapped 44 surface. 45 2) Place the large stones first, roughly arranged in close contact. Fill the 46 spaces between the large stones with suitably sized stones placed to leave 47 the surface evenly stepped and conforming to the contour required. 48 3) Place stone to drain water down the face of the slope. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 313700-6 RIPRAP Page 6 of 10 1 b. Grouting 2 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- 3 surfaced stones to produce an even surface with minimal voids. 4 2) Place stones with the flat surface facing upward parallel to the slope. Place 5 the largest stones near the base of the slope. 6 3) Fill spaces between the larger stones with stones of suitable size, leaving 7 the surface smooth, tight, and conforming to the contour required. 8 4) Place the stones to create a plane surface with a maximum variation of 6 9 inches in 10 feet from true plane. Provide the same degree of accuracy for 10 warped and curved surfaces. 11 5) Prevent earth, sand or foreign material from filling the spaces between the 12 stones. After the stones are in place, thoroughly wet them, fill the spaces 13 between them with grout, and pack. Sweep the surface with a stiff broom 14 after grouting. 15 c. Mortaring 16 1) Construct riprap as shown in Figure 2. Lap courses as described for dry 17 placement. Before placing mortar, wet the stones thoroughly. 18 2) As the larger stones are placed, bed them in fresh mortar and shove 19 adjacent stones into contact with one another. 20 3) After completing the work, spread all excess mortar forced out during 21 placement of the stones uniformly over them to fill all voids completely. 22 Point up all joints roughly either with flush joints or with shallow, smooth- 23 raked joints as directed. 24 D. Block 25 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 26 course. Bed the base course of stone well into the ground with the edges in contact. 27 Bed and place each succeeding course in even contact with the preceding course. 28 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure 29 the finished surface presents an even, tight surface, true to the line and grades of the 30 typical sections. 31 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 32 foreign material from filling the spaces between the stones. After the stones are in 33 place, wet them thoroughly, fill the spaces between them with grout, and pack. 34 Sweep the surface with a stiff broom after grouting. 35 E. Slab 36 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 37 limits shown on the Drawings. Place stone for riprap on the bedding material to 38 produce a reasonably well -graded mass of riprap with the minimum practicable 39 percentage of voids. 40 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 41 field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on 42 the Drawings is allowed in the finished surface of the riprap. 43 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 44 material. Ensure that the entire mass of stones in their final position is free from 45 objectionable pockets of small stones and clusters of larger stones. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 313700-7 RIPRAP Page 7 of 10 4. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. 5. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. 6. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well -graded distribution of stone sizes. F. Special Riprap 1. Construct special riprap according to the Drawings. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS 9" minim , T Grout when dos specified Slope of embankment Upright axes of stone perpendicular to slope I1'-6" min Figure 1 - Large stone riprap, dry or grouted. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 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 Grout when specified Flat side up 7� 9" min_ Slope of i embankment 1'-6" min Figure 2 - Medium stone riprap, dry or grouted. Mortar when specified �. �f 7� 9" min_ Slope of embankment = c E 1'-6" min Figure 3 - Medium stone riprap, mortared. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 313700-8 RIPRAP Page 8 of 10 River's Edge Phase 3B City Project No. 103251 1 2 3 4 5 6 7 Grout when specified -TT% _-,A Multiple layers (more than one rock depth) 9" min _ { T 'o e 1'-b" min Slope of embankment Figure 4 - Block stone riprap, dry or grouted. '—Slope of e embankment N E w Filter fabric N Y u_ t } 2 times thickness min Figure 5 - Slab stone riprap END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 313700-9 RIPRAP Page 9 of 10 River's Edge Phase 313 City Project No. 103251 31 37 00 - 10 RIPRAP Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 1129 LIME TREATED BASE COURSES 321129-1 LIME TREATED BASE COURSES Page 1 of 9 5 A. Section Includes: 6 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, 7 mixing and compacting the mix material 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 Drawings. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 3123 23 - Borrow 17 4. Section 32 1123 - Flexible Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Hydrated Lime 21 a. Measurement 22 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated 23 Lime used to prepare slurry at the job site. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under "Measurement" will be paid for at the unit 27 price bid per ton of Hydrated Lime. 28 c. The price bid shall include: 29 1) Furnishing the material 30 2) All freight involved 31 3) All unloading, storing, and handling 32 2. Commercial Lime Slurry 33 a. Measurement 34 1) Measurement for this Item shall be by the ton (dry weight) as calculated 35 from the minimum percent dry solids content of the slurry multiplied by the 36 weight of the slurry in tons delivered. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price bid per ton of Commercial Lime Slurry. 41 c. The price bid shall include: 42 1) Furnishing the material CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 321129-2 LIME TREATED BASE COURSES Page 2 of 9 1 2) All freight involved 2 3) All unloading, storing, and handling 3 3. Quicklime 4 a. Measurement 5 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. 6 Measurement for Quicklime in slurry form shall be measured by the ton 7 (dry weight) of the Quicklime used to prepare the slurry. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under "Measurement" will be paid for at the unit 11 price bid per ton of Quicklime. 12 c. The price bid shall include: 13 1) Furnishing the material 14 2) All freight involved 15 3) All unloading, storing, and handling 16 4. Lime Treatment 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of surface area as 19 established by the widths shown on the Drawings and the lengths measured 20 at placement. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under "Measurement" will be paid for at the unit 24 price bid per square yard of Lime Treatment applied for: 25 a) Various depths 26 c. The price bid shall include: 27 1) Preparing the roadbed 28 2) Loosening, pulverizing application of lime, water content in the slurry 29 mixture and the mixing water 30 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 31 4) Performing all manipulations required 32 1.3 REFERENCES 33 A. Definitions 34 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 35 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water 36 delivered to a project in slurry form. 37 3. Quicklime: dry material consisting of calcium oxide furnished in either of two 38 grades: 39 a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of 40 slurry for wet placing. 41 b. Grade S — finely graded quicklime for use only in the preparation of slurry for 42 wet placing. 43 B. Reference Standards 44 1. Reference standards cited in this specification refer to the current reference standard 45 published at the time of the latest revision date logged at the end of this 46 specification, unless a date is specifically cited. 47 2. ASTM International (ASTM): CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 321129-3 LIME TREATED BASE COURSES Page 3 of 9 1 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 2 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3 b. D6938, Standard Test Method for In -Place Density and Water Content of Soil 4 and Soil -Aggregate by Nuclear Methods (Shallow Depth) 5 3. Texas Department of Transportation (TXDOT): 6 a. Tex- 101-E, Preparing Soil and Flexible Base Materials for Testing 7 b. Tex-140-E, Measuring Thickness of Pavement Layer 8 c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and 9 Commercial Lime Slurry 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 11 1.5 ACTION SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY AND STORAGE 17 A. Truck Delivered Lime 18 1. Each truck ticket shall bear the weight of lime measured on certified scales. 19 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 20 delivery of lime to the site. 21 1.11 SITE CONDITIONS 22 A. Start lime application only when the air temperature is at least 35°F and rising or is at 23 least 40°F. Measure temperature in the shade and away from artificial heat. 24 B. Suspend application when the City determines that weather conditions are unsuitable. 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 28 2.2 MATERIALS 29 A. General 30 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 31 the Drawings and specifications. 32 2. Notify the City of the proposed material sources and of changes to material sources. 33 3. Obtain verification from the City that the specification requirements are met before 34 using the sources. 35 4. The City may sample and test project materials at any time before compaction. 36 B. Lime 37 1. Hydrated Lime 38 a. pumpable suspension of solids in water CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 321129-4 LIME TREATED BASE COURSES Page 4 of 9 1 b. solids portion of the mixture when considered as a basis of "solids content," 2 shall consist of principally hydrated lime of a quality and fineness sufficient to 3 meet the chemical and physical requirements. 4 2. Dry Lime: Do not use unless approved by City. 5 3. Quicklime 6 a. Use quicklime only when specified by the City. 7 b. dry material consisting of essentially calcium oxide. 8 c. Furnished in either of two grades: 9 1) Grade DS 10 2) Grade S 11 4. Furnish lime that meets the following requirements 12 a. Chemical Requirements 13 14 15 Total "active" lime content, percent by weight Unhydrated lime content, percent by weight CaO "Free Water" content, percent by weight water Table 2 Lime Chemical Requirements Hydrated Commercial Lime Quicklime Lime Slurry 90.0 Min 87.0 Min 5.0 Max 5.0 Max b. Physical Requirements 87.0 Min 16 Table 3 17 Lime Physical Requirements Hydrated Commercial Lime Quicklime Lime Slurry Wet Sieve Requirement, As percentage by Weight Residue: Retained on 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 Weight Residue: Retained on a 1-in sieve 0.0 Retained on a 3/4 —in sieve 10.0 Max Retained on a No. 100 Grade Ds — 80 Min sieve Grade S — no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max' 1 The amount total "active" lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0% by weight of the original quicklime. 18 19 c. Slurry Grades 20 21 Table 4 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 Grade 1 31 Grade 2 35 Grade 3 46 1 321129-5 LIME TREATED BASE COURSES Page 5 of 9 2 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 3 1123, for the type and grade shown on the Drawings, before the addition of lime. 4 D. Water: Furnish water free of industrial wastes and other objectionable material. 5 E. Borrow: See Section 3123 23. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Shape the subgrade or existing base to conform to the typical sections shown on the 13 Drawings or as directed. 14 3.4 INSTALLATION 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. General 1. Produce a completed course of treated material containing: a. uniform lime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 321129-6 LIME TREATED BASE COURSES Page 6 of 9 1 3. Storage Facility 2 a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 3 4. Slurry Equipment 4 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or 5 quicklime on the project or other approved location. 6 b. The City may approve other slurrying methods. 7 c. Provide a pump for agitating the slurry when the distributor truck is not 8 equipped with an agitator. 9 5. Pulverization Equipment 10 a. Provide pulverization equipment that: 11 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 12 plane to a uniform surface over the entire width of the cut 13 2) Provides a visible indication of the depth of cut at all times, and uniformly 14 mixes the materials 15 C. Pulverization 16 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 17 1/2 inch sieve. 18 2. If the material cannot be uniformly processed to the required depth in a single pass, 19 excavate and windrow the material to expose a secondary grade to achieve 20 processing to depth as shown in the Drawings. 21 D. Application of Lime 22 1. Uniformly apply lime as shown on the Drawings or as directed. 23 2. Add lime at the percentage specified in Drawings. 24 3. Apply lime only on an area where mixing can be completed during the same 25 working day. 26 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind 27 conditions, in the opinion of the City, cause blowing lime to become dangerous to 28 traffic or objectionable to adjacent property owners. 29 5. Slurry Placement 30 a. Hydrated Lime 31 1) Mix Lime with water and apply slurry 32 2) Apply Type B, commercial lime slurry, with a lime percentage not less 33 applicable for grade used 34 3) Distribute lime at the rate shown on the Drawings 35 4) Make successive passes over a measured surface of roadway until the 36 proper moisture and lime content have been achieved. 37 b. Quicklime 38 1) Spread the residue for the Quicklime slurrying procedure uniformly over 39 the length of the roadway. 40 2) Residue is primarily inert material with little stabilizing value; however, 41 may contain a small amount of Quicklime particles that slake slowly. A 42 concentration of these particles could cause the compacted stabilized 43 material to swell during slaking. 44 E. Mixing 45 1. Begin mixing within 6 hours of application of lime. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 321129-7 LIME TREATED BASE COURSES Page 7 of 9 1 2. Hydrated lime exposed to the open air for 6 hours or more between application and 2 mixing, or that experiences excessive loss due to washing or blowing, will not be 3 accepted for payment. 4 3. Thoroughly mix the material and lime using approved equipment. 5 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free 6 from all clods and lumps. 7 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 8 6. Materials containing plastic clay or other materials that are not readily mixed with 9 lime shall be mixed as thoroughly as possible at the time of lime application, 10 brought to the proper moisture content and sealed with a pneumatic roller. 11 7. Allow the mixture to cure for 72 hours or as directed by City. 12 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 13 9. Sprinkle the treated materials during the mixing and curing operation to achieve 14 adequate hydration and proper moisture content. 15 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 16 11. After mixing, City will sample the mixture at roadway moisture and test in 17 accordance with Tex- 101-E, Part III, to determine compliance with the gradation 18 requirements in Table 5. 19 Table 5 20 Gradation Requirements (Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 21 No.4 60 22 F. Compaction 23 1. General 24 a. Begin compaction immediately after final mixing. 25 b. Aerate and sprinkle as necessary to provide optimum moisture content. 26 c. Multiple lifts are permitted when shown on the Drawings or approved. 27 d. Bring each layer to the moisture content directed. 28 2. Rolling 29 a. Begin rolling longitudinally at the sides and proceed toward the center, 30 overlapping on successive trips by at least one-half the width of the roller unit. 31 b. On superelevated curves, begin rolling at the low side and progress toward the 32 high side. 33 c. Offset alternate trips of the roller. 34 d. Operate rollers at a speed between 2 and 6 MPH or as directed. 35 e. Rework, recompact, and refinish material that fails to meet or that loses 36 required moisture, density, stability, or finish before the next course is placed or 37 the project is accepted. 38 1) Continue work until specification requirements are met. 39 2) Rework in accordance with Maintenance item of this Section. 40 f. Proof roll the lime treated base course in accordance with the following: 41 1) Proof Rolling 42 a) City Project Representative must be on -site during proof rolling 43 operations. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 321129-8 LIME TREATED BASE COURSES Page 8 of 9 b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance 1. Maintain the completed soil lime base in good condition, satisfactory to the City as to grade, crown and cross section until the overlaying or next course is constructed. 2. Keep surface of the compacted course moist until covered by other base or pavement. 3. Reworking a Section a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. c. Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. H. Finishing 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the lime -treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. I. Curing 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 321129-9 LIME TREATED BASE COURSES Page 9 of 9 1 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2 2) Do not allow equipment on the finished course during curing. 3 Table 6 4 Minimum Curing Requirements Before Placing Subsequent Courses' Untreated Material Curing (Days) PI <_ 35 2 PI > 35 5 1. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 5 2. Begin paving operations or add courses within 14 calendar days of final 6 compaction. 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 QUALITY CONTROL 10 A. Density Test 11 1. City Project Representative must be on site during density testing 12 2. City to measure density of lime treated base course in accordance with ASTM 13 D6938. 14 3. Spacing directed by City (1 per block minimum). 15 4. City Project Representative determines density testing locations. 16 B. Depth Test 17 1. In -place depth will be evaluated for each 500-foot roadway section 18 2. Determine in accordance with Tex-140-E in hand excavated holes. 19 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 20 4. City Project Representative determines depth testing locations. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log I` DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 32 13 13 -1 CONCRETE PAVING Page 1 of 21 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 32 0129 - Concrete Paving Repair 14 4. Section 32 13 73 - Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement 17 1. Measurement 18 a. Measurement for this Item shall be by the square yard of completed and 19 accepted Concrete Pavement in its final position as measured from back of curb 20 for various: 21 1) Classes 22 2) Thicknesses 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item will 25 be paid for at the unit price bid per square yard of Concrete Pavement. 26 3. The price bid shall include: 27 a. Shaping and fine grading the placement area 28 b. Furnishing and applying all water required 29 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 30 ingredients including all freight and royalty involved 31 d. Mixing, placing, finishing and curing all concrete 32 e. Furnishing and installing all reinforcing steel 33 f. Furnishing all materials and placing longitudinal, warping, expansion, and 34 contraction joints, including all steel dowels, dowel caps and load transmission 35 units required, wire and devices for placing, holding and supporting the steel 36 bar, load transmission units, and joint filler material in the proper position; for 37 coating steel bars where required by the Drawings 38 g. Sealing joints 39 h. Monolithically poured curb 40 i. Cleanup CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 32 13 13 -2 CONCRETE PAVING Page 2 of 21 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 11 c. C33, Concrete Aggregates 12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 13 Specimens 14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 15 Beams of Concrete 16 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete 17 g. C150, Portland Cement 18 h. C156, Water Retention by Concrete Curing Materials 19 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 20 j. C260, Air Entraining Admixtures for Concrete 21 k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 22 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 23 m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 24 Admixture in Concrete 25 n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 26 Concrete 27 o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 28 Cement Concrete 29 p. C1602, Standard Specification for Mixing Water Used in the Production of 30 Hydraulic Cement Concrete. 31 q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 32 (12,400 ft-lbf/ft3) 33 3. American Concrete Institute (ACI): 34 a. ACI 305.1-06 Specification for Hot Weather Concreting 35 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 36 c. ACI318 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 32 13 13 -3 CONCRETE PAVING Page 3 of 21 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place concrete when concrete temperature is between 40 and 100 degrees when 8 measured in accordance with ASTM C 1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient 11 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting (ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting (ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 23 pavement in natural light, or as directed by the City. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C 150. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used, conform to the appropriate specification: 32 1. Air -Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 34 3. Fly Ash 35 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 36 ASTM C618. 37 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 38 specified cement content when such batch design is approved by the Engineer. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 32 13 13 -4 CONCRETE PAVING Page 4 of 21 E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + P E 1000+ C-6 Epcon G-5 Pro-Poxy-300 Fast Tube Shep-Poxy TxIIl Ultrabond 1300 Tubes Ultrabone 2300 N.S. A-22-2300 Slow Set Dynapoxy EP-430 EDOT ET22 SET 22 SpecPoxy 3000FS Powers Fasteners Powers Fasteners Ramset-Redhead Ramset-Redhead Unitex CMC Construction Services Adhesives Technology Adhesives Technology Pecora Corp. Simpson Strong Tie Simpson Strong Tie Simpson Strong Tie SpecChem b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 32 13 13 -5 CONCRETE PAVING Page 5 of 21 1 d) Lot or batch number 2 e) Temperature range for storage 3 f) Date of manufacture 4 g) Expiration date 5 h) Quantity contained 6 4) Store epoxy and adhesive components at temperatures recommended by the 7 manufacturer. 8 5) Do not use damaged or previously opened containers and any material that 9 shows evidence of crystallization, lumps skinning, extreme thickening, or 10 settling of pigments that cannot be readily dispersed with normal agitation. 11 6) Follow sound environmental practices when disposing of epoxy and 12 adhesive wastes. 13 7) Dispose of all empty containers separately. 14 8) Dispose of epoxy by completely emptying and mixing the epoxy before 15 disposal 16 H. Reinforcement Bar Chairs 17 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 18 reinforcement bars and shall not bend or break under the weight of the 19 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 20 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 21 plastic. 22 3. For approval of plastic chairs, representative samples of the plastic shall show no 23 visible indications of deterioration after immersion in a 5-percent solution of 24 sodium hydroxide for 120-hours. 25 4. Bar chairs may be rejected for failure to meet any of the requirements of this 26 specification. 27 I. Joint Filler 28 1. Joint filler is the material placed in concrete pavement and concrete structures to 29 allow for the expansion and contraction of the concrete. 30 2. Wood Boards: Used as joint filler for concrete paving. 31 a. Boards for expansion joint filler shall be of the required size, shape and type 32 indicated on the Drawings or required in the specifications. 33 1) Boards shall be of selected stock of redwood or cypress. The boards shall 34 be sound heartwood and shall be free from sapwood, knots, clustered 35 birdseyes, checks and splits. 36 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 37 be sufficiently rigid to permit ease of installation. 38 3) Boards shall be furnished in lengths equal to the width between 39 longitudinal joints, and may be furnished in strips or scored sheet of the 40 required shape. 41 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 42 Drawings; the width shall be not less than that shown on the Drawings, providing 43 for the top seal space. 44 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 45 requirements of this specification. 46 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 32 13 13 -6 CONCRETE PAVING Page 6 of 21 1 K. Curing Materials 2 1. Membrane -Forming Compounds. 3 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 4 compound and be of such nature that it shall not produce permanent 5 discoloration of concrete surfaces nor react deleteriously with the concrete. 6 b. The compound shall produce a firm, continuous uniform moisture -impermeable 7 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 8 concrete. 9 c. It shall, when applied to the damp concrete surface at the specified rate of 10 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 11 normal conditions suitable for concrete operations. 12 d. It shall adhere in a tenacious film without running off or appreciably sagging. 13 e. It shall not disintegrate, check, peel or crack during the required curing period. 14 £ The compound shall not peel or pick up under traffic and shall disappear from 15 the surface of the concrete by gradual disintegration. 16 g. The compound shall be delivered to the job site in the manufacturer's original 17 containers only, which shall be clearly labeled with the manufacturer's name, 18 the trade name of the material and a batch number or symbol with which test 19 samples may be correlated. 20 h. When tested in accordance with ASTM C156 Water Retention by Concrete 21 Curing Materials, the liquid membrane -forming compound shall restrict the loss 22 of water present in the test specimen at the time of application of the curing 23 compound to not more than 0.0 1 -oz. -per-2 inches of surface. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Mix Design 27 1. Concrete Mix Design and Control 28 a. At least 10 calendar days prior to the start of concrete paving operations, the 29 Contractor shall submit a design of the concrete mix it proposes to use and a 30 full description of the source of supply of each material component. 31 b. The design of the concrete mix shall produce a quality concrete complying with 32 these specifications and shall include the following information: 33 1) Design Requirements and Design Summary 34 2) Material source 35 3) Dry weight of cement/cubic yard and type 36 4) Dry weight of fly ash/cubic yard and type, if used 37 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 38 6) Design water/cubic yard 39 7) Quantities, type, and name of admixtures with manufacturer's data sheets 40 8) Current strength tests or strength tests in accordance with ACI 318 41 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 42 and date of tests 43 10) Fineness modulus of fine aggregate 44 11) Specific Gravity and Absorption Values of fine and coarse aggregates 45 12) L.A. Abrasion of coarse aggregates 46 c. Once mix design approved by City, maintain intent of mix design and 47 maximum water to cement ratio. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 32 13 13 -7 CONCRETE PAVING Page 7 of 21 d. No concrete maybe placed on the job site until the mix design has been approved by the City. 2. Quality of Concrete a. Consistency 1) In general, the consistency of concrete mixtures shall be such that: a) Mortar shall cling to the coarse aggregate b) Aggregate shall not segregate in concrete when it is transported to the place of deposit c) Concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the center of the pile, but the edges of the pile shall stand and not flow d) Concrete and mortar shall show no free water when removed from the mixer e) Concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal f) Surface of the finished concrete shall be free from a surface film or laitance 2) When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. 5) If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement specified or without exceeding the maximum water/cement ratio, the Contractor may use, or the City may require, an approved cement dispersing agent (water reducer); or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, or the Contractor may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. 7) The Contractor is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. b. Standard Class 1) Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 32 13 13 -8 CONCRETE PAVING Page 8 of 21 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive, Water/ Aggregate Lb./CY Strength Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 1. All exposed horizontal concrete shall have entrained -air. 2. Minimum Compressive Strength Required. 2) Machine -Laid concrete: Class P 3) Hand -Laid concrete: Class H c. High Early Strength Concrete (HES) 1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. 3) No strength overdesign is required. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 d. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement Slump Requirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 2) No concrete shall be permitted with slump in excess of the maximums shown. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 32 13 13 -9 CONCRETE PAVING Page 9 of 21 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered 3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 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 firm subbase to prevent sagging under the weight of machine. b. Slip -Form Paver 1) Slip -form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip -Form Paver if paver requires over -digging and impacts trees, mailboxes or other improvements. 4. Hand -Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand -laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M. City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 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 32 13 13 -10 CONCRETE PAVING Page 10 of 21 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. 3. Delivery a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery Tickets a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier 2) Serial number of ticket 3) Date 4) Truck number 5) Name of purchaser 6) Specific designation of job (name and location) 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications 8) Amount of concrete in cubic yards 9) Time loaded or of first mixing of cement and aggregates 10) Water added by receiver of concrete 11) Type and amount of admixtures C. Subgrade 1. When manipulation or treatment of subgrade is required on the Drawings, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the Drawings or established by the City. 3. All holes, ruts and depressions shall be filled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 321313 -11 CONCRETE PAVING Page 11 of 21 1 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 2 place concrete pavement. 3 10. After the specified moisture and density are achieved, the Contractor shall maintain 4 the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base, additional tests may be required as directed by the City. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms for machine -laid concrete 10 1) The side forms shall be metal, of approved cross section and bracing, of a 11 height no less than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form. 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 16 without appreciable springing, settling or deflection. 17 3) The forms shall be free from warps, bends or kinks and shall show no 18 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stability. 30 b. Forms for hand -laid concrete 31 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 32 inches in thickness or equivalent when wooden forms are used, or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used. 35 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 38 shall be rejected. 39 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. 46 c. Repair damage resulting from form removal and honeycombed areas with a 47 mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 32 13 13 -12 CONCRETE PAVING Page 12 of 21 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bars 7 1. General 8 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 9 as shown on the Drawings. 10 b. All reinforcing steel shall be clean, free from rust in the form of loose or 11 objectionable scale, and of the type, size and dimensions shown on the 12 Drawings. 13 c. Reinforcing bars shall be securely wired together at the alternate intersections 14 and all splices and shall be securely wired at each intersection dowel and load- 15 transmission unit intersected. 16 d. All bars shall be installed in their required position as shown on the Drawings. 17 e. The storing of reinforcing or structural steel on completed roadway slabs 18 generally shall be avoided and, where permitted, such storage shall be limited 19 to quantities and distribution that shall not induce excessive stresses. 20 2. Splices 21 a. Provide standard reinforcement splices by lapping and tying ends. 22 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 23 the Drawings. 24 3. Installation of Reinforcing Steel 25 a. All reinforcing bars and bar mats shall be installed in the slab at the required 26 depth below the finished surface and supported by and securely attached to bar 27 chairs installed on prescribed longitudinal and transverse centers as shown by 28 sectional and detailed drawings on the Drawings. 29 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 30 on the Drawings and shall be approved by the City prior to extensive 31 fabrication. 32 c. After the reinforcing steel is securely installed above the subgrade as specified 33 in Drawings and as herein prescribed, no loading shall be imposed upon the 34 bar mats or individual bars before or during the placing or finishing of the 35 concrete. 36 4. Installation of Dowel Bars 37 a. Install through the predrilled joint filler and rigidly support in true horizontal 38 and vertical positions by an assembly of bar chairs and dowel baskets. 39 b. Dowel Baskets 40 1) The dowels shall be held in position exactly parallel to surface and 41 centerline of the slab, by a dowel basket that is left in the pavement. 42 2) The dowel basket shall hold each dowel in exactly the correct position so 43 firmly that the dowel's position cannot be altered by concreting operations. 44 c. Dowel Caps 45 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 46 direction. 47 5. Tie Bar and Dowel Placement 48 a. Place at mid -depth of the pavement slab, parallel to the surface. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 321313 -13 CONCRETE PAVING Page 13 of 21 b. Place as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 1. Joints shall be placed where shown on the Drawings or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 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 32 13 13 -14 CONCRETE PAVING Page 14 of 21 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual pavement thickness, or deeper if so indicated on the Drawings. f. Complete sawing as soon as possible in hot weather conditions and within a maximum of 24 hours after saw cutting begins under cool weather conditions. g. If sharp edge joints are being obtained, the sawing process shall be sped up to the point where some raveling is observed. h. Damage by blade action to the slab surface and to the concrete immediately adjacent to the joint shall be minimized. i. Any portion of the curing membrane which has been disturbed by sawing operations shall be restored by spraying the areas with additional curing compound. 7. Transverse Construction Joints a. Construction joints formed at the close of each day's work or when the placing of concrete has been stopped for 30-minutes or longer shall be constructed by use of metal or wooden bulkheads cut true to the section of the finished pavement and cleaned. b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. c. Longitudinal bars shall be held securely in place in a plane perpendicular to the surface and at right angles to the centerline of the pavement. d. Edges shall be rounded to 1/4 inch radius. e. Any surplus concrete on the subgrade shall be removed upon the resumption of the work. 8. Longitudinal Construction Joints a. Longitudinal construction joints shall be of the type shown on the Drawings. 9. Joint Filler a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the Drawings. b. Redwood Board joints shall be used for all pavement joints except for expansion joints that are coincident with a butt joint against existing pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job. d. Green lumber of much higher moisture content is desirable and acceptable. e. The joint filler shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. The top edge shall be held approximately 1/2 inch below the finished surface of the pavement in order to allow the finishing operations to be continuous. g. The joint filler may be composed of more than one length of board in the length of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the Drawings. h. After the removal of the side forms, the ends of the joints at the edges of the slab shall be carefully opened for the entire depth of the slab. 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details and as specified in Section 32 13 73. Materials shall generally be handled and applied according to the manufacturer's recommendations as specified in Section 32 1373. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 321313 -15 CONCRETE PAVING Page 15 of 21 1 G. Placing Concrete 2 1. Unless otherwise specified in the Drawings, the finished pavement shall be 3 constructed monolithically and constructed by machined laid method unless 4 impractical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by shoveling or other approved methods. 8 3. Any concrete not placed as herein prescribed within the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 10 Temperature — Time Requirements Concrete Temperature Max Time — minutes Max Time — minutes (at point of placement) (no retarding agent) (with retarding agent)' Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 City Above 75°F thru 90OF 60 90 75°F and Below 60 120 11 1 Normal dosage of retarder. 12 13 4. Rakes shall not be used in handling concrete. 14 5. At the end of the day, or in case of unavoidable interruption or delay of more than 15 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 16 placed in accordance with 3.4.F.7 of this Section. 17 6. Honeycombing 18 a. Special care shall be taken in placing and spading the concrete against the 19 forms and at all joints and assemblies so as to prevent honeycombing. 20 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 21 the removal of the side forms, may be cause for rejection of the section of slab 22 in which the defect occurs. 23 H. Finishing 24 1. Machine 25 a. Tolerance Limits 26 1) While the concrete is still workable, it shall be tested for irregularities with 27 a 10 foot straightedge placed parallel to the centerline of the pavement so as 28 to bridge depressions and to touch all high spots. 29 2) Ordinates measured from the face of the straightedge to the surface of the 30 pavement shall at no place exceed 1/16 inch -per -foot from the nearest point 31 of contact. 32 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 33 than 1/8 inch. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 321313 -16 CONCRETE PAVING Page 16 of 21 1 4) Any surface not within the tolerance limits shall be reworked and 2 refinished. 3 b. Edging 4 1) The edges of slabs and all joints requiring edging shall be carefully tooled 5 with an edger of the radius required by the Drawings at the time the 6 concrete begins to take its "set" and becomes non -workable. 7 2) All such work shall be left smooth and true to lines. 8 2. Hand 9 a. Hand finishing permitted only in intersections and areas inaccessible to a 10 finishing machine. 11 b. When the hand method of striking off and consolidating is permitted, the 12 concrete, as soon as placed, shall be approximately leveled and then struck off 13 with screed bar to such elevation above grade that, when consolidated and 14 finished, the surface of the pavement shall be at the grade elevation shown on 15 the Drawings. 16 c. A slight excess of material shall be kept in front of the cutting edge at all times. 17 d. The straightedge and joint finishing shall be as prescribed herein. 18 I. Curing 19 1. The curing of concrete pavement shall be thorough and continuous throughout the 20 entire curing period. 21 2. Failure to provide proper curing as herein prescribed shall be considered as 22 sufficient cause for immediate suspension of the paving operations. 23 3. The curing method as herein specified does not preclude the use of any of the other 24 commonly used methods of curing, and the City may approve another method of 25 curing if so requested by the Contractor. 26 4. If any selected method of curing does not afford the desired results, the City shall 27 have the right to order that another method of curing be instituted. 28 5. After removal of the side forms, the sides of the slab shall receive a like coating 29 before earth is banked against them. 30 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 31 as to cover the entire surfaces thoroughly and completely with a uniform film. 32 7. The rate of application shall be such as to ensure complete coverage and shall not 33 exceed 20-square-yards-per-gallon of curing compound. 34 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 35 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 36 curing period. 37 9. If for any reason the seal is broken during the curing period, it shall be immediately 38 repaired with additional sealing solution. 39 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 40 Materials, the curing compound shall provide a film which shall have retained 41 within the test specimen a percentage of the moisture present in the specimen when 42 the curing compound was applied according to the following. 43 11. Contractor shall maintain and properly repair damage to curing materials on 44 exposed surfaces of concrete pavement continuously for a least 72 hours. 45 J. Monolithic Curbs CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 321313 -17 CONCRETE PAVING Page 17 of 21 1 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 2 back from the paving mixer, shall be placed within 20-minutes after being mixed. 3 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 4 shall be thoroughly worked with a wooden flat. 5 3. The exposed edges shall be rounded by the use of an edging tool to the radius 6 indicated on the Drawings. 7 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 8 K. Alley Paving 9 1. Alley paving shall be constructed in accordance with the specifications for concrete 10 paving hereinbefore described, in accordance with the details shown on the 11 Drawings, and with the following additional provisions: 12 a. Alley paving shall be constructed to the typical cross sections shown on the 13 Drawings. 14 b. Transverse expansion joints of the type shown on the Drawings shall be 15 constructed at the property line on each end of the alley with a maximum 16 spacing of 600 feet. 17 c. Transverse contraction and dummy joints shall be placed at the spacing shown 18 on the Drawings. 19 d. Contraction and dummy joints shall be formed in such a manner that the 20 required joints shall be produced to the satisfaction of the City. 21 e. All joints shall be constructed in accordance with this specification and filled 22 in accordance with the requirement of Section 32 13 73. 23 L. Pavement Leaveouts 24 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traffic movements shall be determined in the field by the 28 City. 29 3.5 REPAIR 30 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 31 specified in Section 32 0129. 32 3.6 RE -INSTALLATION [NOT USED] 33 3.7 SITE QUALITY CONTROL 34 A. Concrete Placement 35 1. Place concrete using a fully automated paving machine. Hand paving only 36 permitted in areas such as intersections where use of paving machine is not 37 practical 38 a. All concrete pavement not placed by hand shall be placed using a fully 39 automated paving machine as approved by the City. 40 b. Screeds will not be allowed except if approved by the City. 41 B. Testing of Materials 42 1. Samples of all materials for test shall be made at the expense of the City, unless 43 otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 321313 -18 CONCRETE PAVING Page 18 of 21 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the Contractor's expense at the same rate charged by the 4 commercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 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 C. Pavement Thickness Test 1. Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. The cost for the initial pavement thickness test shall be the expense of the City. 4. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 11. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. 37 D. Pavement Strength Test CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 321313 -19 CONCRETE PAVING Page 19 of 21 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31, to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast, they shall remain on the job site and then 5 transported, moist cured, and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 7 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 8 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 9 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 10 and expense, core the pavement in question and have the cores tested by an 11 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 12 the average of all cores must meet 100 percent of the minimum specified strength, 13 with no individual core resulting in less than 90 percent of design strength, to 14 override the results of the cylinder tests. 15 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 16 meet minimum specified strength, additional cores shall be taken to identify the 17 limits of deficient concrete pavement at the expense of the Contractor. 18 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 19 meeting the minimum specified strength shall be subject to the money penalties or 20 removal and placement at the Contractor's expense as show in the following table. 21 Percent Deficient Greater Than 0 percent - Not More Than 10 percent Greater Than 10 percent -Not More Than 15 percent Greater Than 15 percent 22 Percent of Contract Price Allowed 90-percent 80-percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 23 7. The amount of penalty shall be deducted from payment due to Contractor; such as 24 penalty deducted is to defray the cost of extra maintenance. 25 8. The strength requirements for structures and other concrete work are not altered by 26 the special provision. 27 9. No additional payment over the contract unit price shall be made for any pavement 28 of strength exceeding that required by the Drawings and/or specifications. 29 E. Cracked Concrete Acceptance Policy 30 1. If cracks exist in concrete pavement upon completion of the project, the Project 31 Inspector shall make a determination as to the need for action to address the 32 cracking as to its cause and recommended remedial work. 33 2. If the recommended remedial work is routing and sealing of the cracks to protect 34 the subgrade, the Inspector shall make the determination as to whether to rout and 35 seal the cracks at the time of final inspection and acceptance or at any time prior to 36 the end of the project maintenance period. The Contractor shall perform the routing 37 and sealing work as directed by the Project Inspector, at no cost to the City, 38 regardless of the cause of the cracking. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 32 13 13-20 CONCRETE PAVING Page 20 of 21 1 3. If remedial work beyond routing and sealing is determined to be necessary, the 2 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 3 agreement is reached that the cracking is due to deficient materials or workmanship, 4 the Contractor shall perform the remedial work at no cost to the City. Remedial 5 work in this case shall be limited to removing and replacing the deficient work with 6 new material and workmanship that meets the requirements of the contract. 7 4. If remedial work beyond routing and sealing is determined to be necessary, and the 8 Inspector and the Contractor agree that the cause of the cracking is not deficient 9 materials or workmanship, the City may request the Contractor to provide an 10 estimate of the cost of the necessary remedial work and/or additional work to 11 address the cause of the cracking, and the Contractor will perform that work at the 12 agreed -upon price if the City elects to do so. 13 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 14 the cause of the cracking, the City may hire an independent geotechnical engineer 15 to perform testing and analysis to determine the cause of the cracking. The 16 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 17 with the City. The Contractor and the City shall use the services of a geotechnical 18 firm acceptable to both parties. 19 6. If the geotechnical engineer determines that the primary cause of the cracking is the 20 Contractor's deficient material or workmanship, the remedial work will be 21 performed at the Contractor's entire expense and the Contractor will also reimburse 22 the City for the balance of the cost of the geotechnical investigation over and above 23 the amount that has previously been escrowed. Remedial work in this case shall be 24 limited to removing and replacing the deficient work with new material and 25 workmanship that meets the requirements of the contract. 26 7. If the geotechnical engineer determines that the primary cause of the cracking is not 27 the Contractor's deficient material or workmanship, the City will return the 28 escrowed funds to the Contractor. The Contractor, on request, will provide the City 29 an estimate of the costs of the necessary remedial work and/or additional work and 30 will perform the work at the agreed -upon price as directed by the City. 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] 38 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 32 13 13 -21 CONCRETE PAVING Page 21 of 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 6 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement' will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 2. Concrete Curb at Back of Sidewalk (6 to 12 inch max) 33 a. Measurement 34 1) Measurement for this Item shall be by the linear foot of completed and 35 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb 36 height at back of walk in its final position. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement' will be paid for at the unit 40 price bid per linear foot of Concrete Curb at the Back of Sidewalk. 41 c. The price bid shall include: 42 1) Excavating and preparing the subgrade CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 5, 2018 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 1 2) Furnishing and placing all materials, including concrete and reinforcing 2 steel 3 3) Excavation in back of "retaining" curb 4 4) Furnishing, placing, and compacting backfill 5 3. Concrete Driveway 6 a. Measurement 7 1) Measurement for this Item shall be by the square foot of completed and 8 accepted Concrete Driveway in its final position for various: 9 a) Thicknesses 10 b) Types 11 2) Dimensions will be taken from the back of the projected curb, including the 12 area of the curb radii and will extend to the limits specified in the Drawings. 13 3) Sidewalk portion of drive will be included in driveway measurement. 14 4) Curb on drive will be included in the driveway measurement. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 and measured as provided under "Measurement" will be paid for at the unit 18 price bid per square foot of Concrete Driveway. 19 c. The price bid shall include: 20 1) Excavating and preparing the subgrade 21 2) Furnishing and placing all materials 22 4. Barrier Free Ramps 23 a. Measurement 24 1) Measurement for this Item shall be per each Barrier Free Ramp completed 25 and accepted for various: 26 a) Types 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under "Measurement' will be paid for at the unit 30 price bid per each "Barrier Free Ramp" installed. 31 c. The price bid shall include: 32 1) Excavating and preparing the subgrade 33 2) Furnishing and placing all materials 34 3) Curb Ramp 35 4) Landing and detectable warning surface as shown on the Drawings 36 5) Adjacent flares or side curb 37 1.3 REFERENCES 38 A. Abbreviations and Acronyms 39 1. TAS — Texas Accessibility Standards 40 2. TDLR — Texas Department of Licensing and Regulation 41 B. Reference Standards 42 1. Reference standards cited in this Specification refer to the current reference 43 standard published at the time of the latest revision date logged at the end of this 44 Specification, unless a date is specifically cited. 45 2. American Society for Testing and Materials (ASTM) 46 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 47 Construction (Non -extruding and Resilient Types) CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 5, 2018 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 1 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 2 Standard Effort (12,400 ft-lbf/ft3) 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Mix Design: submit for approval. Section 32 13 13. 7 B. Product Data: submit product data and sample for pre -cast detectable warning for 8 barrier free ramp. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD CONDITIONS 14 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 18 2.2 EQUIPMENT AND MATERIALS 19 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 20 the finished work. 21 B. Concrete: see Section 32 13 13. 22 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 23 class for concrete sidewalks, driveways and barrier free ramps is shown in the 24 following table: 25 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 26 C. Reinforcement: see Section 32 13 13. 27 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 28 bars at 18 inches on -center -both -ways at the center plane of all slabs, unless 29 otherwise shown on the Drawings or detailed specifications. 30 D. Joint Filler 31 1. Wood Filler: see Section 32 13 13. 32 2. Pre -Molded Asphalt Board Filler 33 a. Use only in areas where not practical for wood boards. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 5, 2018 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 1 b. Pre -molded asphalt board filler: ASTM D545. 2 c. Install the required size and uniform thickness and as specified in Drawings. 3 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 4 mixture of asphalt and vegetable fiber and/or mineral filler. 5 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Surface Preparation 13 1. Excavation: Excavation required for the construction of sidewalks, driveways and 14 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 15 established by the City. 16 2. Fine Grading 17 a. The Contractor shall do all necessary filling, leveling and fine grading required 18 to bring the subgrade to the exact grades specified and compacted to at least 90 19 percent of maximum density as determined by ASTM D698. 20 b. Moisture content shall be within minus 2 to plus 4 of optimum. 21 c. Any over -excavation shall be repaired to the satisfaction of the City. 22 B. Demolition / Removal 23 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 24 3.4 INSTALLATION 25 A. General 26 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 27 2. Sidewalks constructed in driveway approach sections shall have a minimum 28 thickness equal to that of driveway approach or as called for by Drawings and 29 specifications within the limits of the driveway approach. 30 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for 31 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 32 The construction of the driveway approach shall include the variable height radius 33 curb in accordance with the Drawings. 34 4. All pedestrian facilities shall comply with provisions of TAS including location, 35 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 36 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 37 separate pay). 38 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 39 position during the depositing of concrete. 40 C. Reinforcement: see Section 32 13 13. 41 D. Concrete Placement: see Section 32 13 13. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 5, 2018 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 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 E. Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre -cast detectable warning Dome -Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5, 2018 RIVER'S EDGE PHASE 3B City Project No. 103251 1 2 3 4 5 6 7 8 9 10 11 12 321320-6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 5, 2018 RIVER'S EDGE PHASE 3B City Project No. 103251 32 1373 -1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 3. Section 32 13 13 - Concrete Paving 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 17 and accepted only when specified in the Drawings to be a pay item. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item are 20 subsidiary to the various items bid and no other compensation will be allowed, 21 unless specifically specified on Drawings. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. ASTM International (ASTM): 28 a. D5893, Standard Specification for Cold Applied, Single Component, 29 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 30 Pavements 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 ACTION SUBMITTALS [NOT USED] 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Test and Evaluation Reports 35 1. Prior to installation, furnish certification by an independent testing laboratory that 36 the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 32 1373 -2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 1 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 2 has a minimum 2-year demonstrated, documented successful field performance 3 with concrete pavement silicone joint sealant systems. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Do not apply joint sealant when the air and pavement temperature is less than 35 10 degrees F 11 B. Concrete surface must be clean, dry and frost free. 12 C. Do not place sealant in an expansion -type joint if surface temperature is below 35 13 degrees F or above 90 degrees F. 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 17 2.2 MATERIALS & EQUIPMENT 18 19 20 21 22 23 24 25 26 27 28 A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 32 1373 -3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 3.4 INSTALLATION 2 A. General 3 1. The silicone sealant shall be cold applied. 4 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 5 prior to sealing joints. 6 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 7 sealant placement in a continuous sequence of operations. 8 4. See Drawings for the various joint details with their respective dimensions. 9 B. Equipment 10 1. Provide all necessary equipment and keep equipment in a satisfactory working 11 condition. 12 2. Equipment shall be inspected by the City prior to the beginning of the work. 13 3. The minimum requirements for construction equipment shall be as follows: 14 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 15 complete the joint sawing to the required dimensions. 16 b. Air Compressors. The delivered compressed air shall have a pressure in excess 17 of 90 psi and shall be suitable for the removal of all free water and oil from the 18 compressed air. 19 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 20 of sealant to the joint. 21 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 22 the joint. 23 e. Sandblaster. The design shall be for commercial use with air compressors as 24 specified in this Section. 25 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 26 free of contamination. They shall be compatible with the joint depth and width 27 requirements. 28 C. Sawing Joints: see Section 32 13 13. 29 D. Cleaning joints 30 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 31 2. Use compressed air to remove the resulting dust from the joint. 32 3. Sandblast joints after complete drying. 33 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 34 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 35 face of the joint. 36 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 37 c. When sandblasting is complete, blow-out using compressed air. 38 d. The blow tube shall fit into the joints. 39 4. Check the blown joint for residual dust or other contamination. 40 a. If any dust or contamination is found, repeat sandblasting and blowing until the 41 joint is cleaned. 42 b. Do not use solvents to remove stains and contamination. 43 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 44 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 45 the joint sealant. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 32 1373 -4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 RIVER'S EDGE PHASE 3B City Project No. 103251 32 16 13 -1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 6 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Curb and Gutter 20 a. Measurement 21 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 22 Gutter. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under "Measurement' will be paid for at the unit 26 price bid per linear foot of Concrete Curb and Gutter complete and in place 27 by curb height. 28 c. The price bid shall include: 29 1) Preparing the subgrade 30 2) Furnishing and placing all materials, including foundation course, 31 reinforcing steel, and expansion material 32 2. Concrete Valley Gutter 33 a. Measurement 34 1) Measurement for this Item shall be by the square yard of Concrete Valley 35 Gutter. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under "Measurement' will be paid for at the unit 39 price bid per square yard of Concrete Valley Gutter complete and in place 40 for: 41 a) Various street types CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised October 05, 2016 32 16 13 - 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 6 1 c. The price bid shall include: 2 1) Preparing the subgrade 3 2) Furnishing and placing all materials, including foundation course, 4 reinforcing steel, and expansion material 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 ACTION SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD CONDITIONS 14 A. Weather Conditions: See Section 32 13 13. 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 18 2.2 EQUIPMENT AND MATERIALS 19 A. Forms: See Section 32 13 13. 20 B. Concrete: 21 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 22 class for concrete curb, gutter, and curb & gutter is shown in the following table: 23 24 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 25 26 C. Reinforcement: See Section 32 13 13. 27 D. Joint Filler 28 1. Wood Filler: see Section 32 13 13. 29 2. Pre -Molded Asphalt Board Filler 30 a. Use only in areas where not practical for wood boards CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised October 05, 2016 32 16 13 -3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 6 1 b. Pre -molded asphalt board filler: ASTM D545 2 c. Install the required size and uniform thickness and as specified in the Drawings. 3 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 4 mixture of asphalt and vegetable fiber and/or mineral filler. 5 E. Expansion Joint Sealant: See Section 32 13 73. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 0001[' • ' M 11:41C9i" 0 11312I 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Demolition / Removal: See Section 02 41 13. 13 3.4 INSTALLATION 14 A. Forms 15 1. Extend forms the full depth of concrete. 16 2. Wood forms: minimum of 1-1/2 inches in thickness 17 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 18 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 19 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 20 rejected. 21 B. Reinforcing Steel 22 1. Place all necessary reinforcement for City approval prior to depositing concrete. 23 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 24 foreign substances. 25 3. Remove foreign substances from steel before placing. 26 4. Wire all bars at their intersections and at all laps or splices. 27 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 28 greater. 29 C. Concrete Placement 30 1. Deposit concrete to maintain a horizontal surface. 31 2. Work concrete into all spaces and around any reinforcement to form a dense mass 32 free from voids. 33 3. Work coarse aggregate away from contact with the forms 34 4. Hand -Laid Concrete — Curb and gutter 35 a. Shape and compact subgrade to the lines, grades and cross section shown on the 36 Drawings. 37 b. Lightly sprinkle subgrade material immediately before concrete placement. 38 c. Deposit concrete into forms. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised October 05, 2016 32 16 13 - 4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 6 1 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 2 finished curb, unless otherwise approved. 3 5. Machine -Laid Concrete — Curb and Gutter 4 a. Hand -tamp and sprinkle subgrade material before concrete placement. 5 b. Provide clean surfaces for concrete placement. 6 c. Place the concrete with approved self-propelled equipment. 7 1) The forming tube of the extrusion machine or the form of the slipform 8 machine must easily be adjustable vertically during the forward motion of 9 the machine to provide variable heights necessary to conform to the 10 established gradeline. 11 d. Attach a pointer or gauge to the machine so that a continual comparison can be 12 made between the extruded or slipform work and the grade guideline. 13 e. Brush finish surfaces immediately after extrusion or slipforming. 14 6. Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13. 15 7. Expansion joints 16 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 17 intersection returns and other rigid structures. 18 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 19 pavement joints to a depth of 1-1/2 inches. 20 c. Place expansion joints at all intersections with concrete driveways, curbs, 21 buildings and other curb and gutters. 22 d. Make expansion joints no less than 1/2 inch in thickness, extending the full 23 depth of the concrete. 24 e. Make expansion joints perpendicular and at right angles to the face of the curb. 25 f. Neatly trim any expansion material extending above the finished to the surface 26 of the finished work. 27 g. Make expansion joints in the curb and gutter coincide with the concrete 28 expansion joints. 29 h. Longitudinal dowels across the expansion joints in the curb and gutter are 30 required. 31 i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each 32 expansion joint. 33 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 34 provides a minimum of I inch free expansion. 35 k. Support dowels by an approved method. 36 D. Curing: see Section 32 13 13. 37 3.5 REPAIR/RESTORATION [NOT USED] 38 3.6 RE -INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. Inspections 41 1. Steel reinforcement placement 42 2. Headed bolts and studs 43 3. Verification of use of required design mixture 44 4. Concrete placement, including conveying and depositing 45 5. Curing procedures and maintenance of curing temperature CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised October 05, 2016 32 16 13 -5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 6 1 B. Concrete Tests: Perform testing of fresh concrete sample obtained according to 2 ASTM C 172 with the following requirements: 3 1. Testing Frequency: Obtain 1 fresh concrete sample for each day's pour of each 4 concrete mixture exceeding 5 cubic yard, but less than 150 cubic yard, plus 1 set for 5 each additional 150 cubic yard or fraction thereof. 6 2. Slump: ASTM C143; 1 test at point of placement for each concrete sample, but not 7 less than 1 test for each day's pour of each concrete mixture. Perform additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 10 each sample, but not less than 1 test for each day's pour of each concrete mixture. 11 4. Concrete Temperature: ASTM C 1064; 1 test for each concrete sample. 12 5. Compression Test Specimens: ASTM C31. 13 a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 14 1) Do not transport field cast cylinders until they have cured for a 15 minimum of 24 hours. 16 6. Compressive -Strength Tests: ASTM C39; 17 a. Test 1 cylinder at 7 days. 18 b. Test 2 cylinders at 28 days. 19 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of 20 compressive -strength tests shall contain Project identification name and number, 21 date of concrete placement, name of concrete tester and inspector, location of 22 concrete batch in Work, design compressive strength at 28 days, concrete mixture 23 proportions and materials, compressive breaking strength, and type of break for 24 both 7- and 28-day tests. 25 8. Additional Tests: Additional tests of concrete shall be made when test results 26 indicate that slump, air entrainment, compressive strengths, or other City 27 specification requirements have not been met. The Lab Services division may 28 conduct or request tests to determine adequacy of concrete by cored cylinders 29 complying with ASTM C42 or by other methods as directed by the Project 30 Manager. 31 a. When the strength level of the concrete for any portion of the structure, as 32 indicated by cylinder tests, falls below the specified requirements, provide 33 improved curing conditions and/or adjustments to the mix design as required to 34 obtain the required strength. If the average strength of the laboratory control 35 cylinders falls so low as to be deemed unacceptable, follow the core test 36 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 37 approved by the Project Engineer. Core sampling and testing shall be at 38 Contractors expense. 39 b. If the results of the core tests indicate that the strength of the structure is 40 inadequate, any replacement, load testing, or strengthening as may be ordered 41 by the Project Engineer shall be provided by the Contractor without cost to the 42 City. 43 9. Additional testing and inspecting, at Contractor's expense, will be performed to 44 determine compliance of replaced or additional work with specified requirements. 45 10. Correct deficiencies in the Work that test reports and inspections indicate does not 46 comply with the Contract Documents. 47 CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised October 05, 2016 32 16 13 -6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 6 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised October 05, 2016 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- GENERAL 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 1.1 SUMMARY A. Section Includes: 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by cubic yard of Topsoil in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of Topsoil. b. All excavation required by this Item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations involved. 3. The price bid shall include: a. Furnishing Topsoil b. Loading c. Hauling d. Placing 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] l I0 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 313 City Project No. 103251 329119-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 PART2- PRODUCTS 2 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Topsoil 5 1. Use easily cultivated, fertile topsoil that: 6 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 7 soil materials, roots, stumps or stones larger than 1.5 inches 8 b. Has a high resistance to erosion 9 c. Is able to support plant growth 10 2. Secure topsoil from approved sources. 11 3. Topsoil is subject to testing by the City. 12 4. pH: 5.5 to 8.5. 13 5. Liquid Limit: 50 or less 14 6. Plasticity Index: 20 or less 15 7. Gradation: maximum of 10 percent passing No. 200 sieve 16 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 17 of vegetation 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. Finishing of Parkways 26 1. Smoothly shape parkways, shoulders, slopes, and ditches. 27 2. Cut parkways to finish grade prior to the placing of any improvements in or 28 adjacent to the roadway. 29 3. In the event that unsuitable material for parkways is encountered, extend the depth 30 of excavation in the parkways 6 inches and backfill with top soil. 31 4. Make standard parkway grade perpendicular to and draining to the curb line. 32 a. Minimum: 1/4 inch per foot 33 b. Maximum:4:1 34 c. City may approve variations from these requirements in special cases. 35 5. Whenever the adjacent property is lower than the design curb grade and runoff 36 drains away from the street, the parkway grade must be set level with the top of the 37 curb. 38 6. The design grade from the parkway extends to the back of the walk line. 39 7. From that point (behind the walk), the grade may slope up or down at maximum 40 slope of 4: 1. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 329119-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork. 4. Tamp the topsoil with a light roller or other suitable equipment. 3.5 REPAIR/RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 329213-1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 8 1 SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of Block Sod placed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" will be paid for at the unit 22 price bid per square yard of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering (until established) 27 4) Disposal of surplus materials 28 2. Seeding 29 a. Measurement 30 1) Measurement for this Item shall be by the square yard of Seed spread. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement' will be paid for at the unit 34 price bid per square yard of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing (until established) 41 6) Disposal of surplus materials 42 3. Mowing 43 a. Measurement CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 8 1 1) Measurement for this Item shall per each. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under "Measurement" will be paid for at the unit 5 price bid per each. 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 INFORMATIONAL SUBMITTALS 10 A. Seed 11 1. Vendors' certification that seeds meet Texas State seed law including: 12 a. Testing and labeling for pure live seed (PLS) 13 b. Name and type of seed 14 2. All seed shall be tested in a laboratory with certified results presented to the City in 15 writing, prior to planting. 16 3. All seed to be of the previous season's crop and the date on the container shall be 17 within 12 months of the seeding date. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING 22 A. Block Sod 23 1. Protect from exposure to wind, sun and freezing. 24 2. Keep stacked sod moist. 25 B. Seed 26 1. If using native grass or wildflower seed, seed must have been harvested within 100 27 miles of the construction site. 28 2. Each species of seed shall be supplied in a separate, labeled container for 29 acceptance by the City. 30 C. Fertilizer 31 1. Provide fertilizer labeled with the analysis. 32 2. Conform to Texas fertilizer law. 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2 - PRODUCTS [NOT USED] 36 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 37 2.2 MATERIALS AND EQUIPMENT 38 A. Materials CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 8 1. Block Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass) 2) "Cynodon dactylon" (Common Bermudagrass) 3) "Buchloe dactyloides" (Buffalograss) 4) an approved hybrid of Common Bermudagrass 5) or an approved Zoysiagrass b. Sod must contain stolons, leaf blades, rhizomes and roots. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sod thickness: 3/4 inch e. Maximum grass height: 2 inches f. Acceptable growing beds 1) St. Augustine grass sod: clay or clay loam topsoil 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils g. Dimensions 1) Machine cut to uniform soil thickness. 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) Not exceed ten percent by weight of the total of pure live seed (PLS) and other material in the mixture b) Seed not allowed: (1) Johnsongrass (2) Nutgrass seed 4) Harvest seed within 1-year prior to planting b. Non-native Grass Seed 1) Plant between April 15 and September 10 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) cynodon dactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 8 220 Rye Grass lolium multiflorum 75 Bermuda (unhulled) cynodon dactylon c. Native Grass Seed 1) Plant between February 1 and October 1. Lbs. PLS/Acre 1.6 5.5 3.7 17.0 1.8 0.5 6.0 8.0 1.2 1.8 10.0 Common Name Green Sprangletop Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestein Eastern Grama Blue Grama Switchgrass Prairie Wildrye* d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 85 90 95 90 Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gerardii Tripscacum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 8 I f. Form a strong moisture retaining mat. 2 4. Fertilizer 3 a. Acceptable condition for distribution 4 b. Applied uniformly over the planted area 5 c. Analysis 6 1) 16-20-0 7 2) 16-8-8 8 d. Fertilizer rate: 9 1) Not required for wildflower seeding 10 2) Newly established seeding areas - 100 pounds of nitrogen per acre 11 3) Established seeding areas - 150 pounds of nitrogen per acre 12 5. Topsoil: See Section 32 91 19. 13 6. Water: clean and free of industrial wastes or other substances harmful to the 14 germination of the seed or to the growth of the vegetation. 15 7. Soil Retention Blanket 16 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 17 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 18 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION [NOT USED] 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Surface Preparation: clear surface of all material including: 26 1. Stumps, stones, and other objects larger than one inch. 27 2. Roots, brush, wire, stakes, etc. 28 3. Any objects that may interfere with seeding or maintenance. 29 B. Tilling 30 1. Compacted areas: till 1 inch deep 31 2. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less 32 seed/water run-off 33 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 34 3.4 INSTALLATION 35 A. Block Sodding 36 1. General 37 a. Place sod between curb and walk and on terraces that is the same type grass as 38 adjacent grass or existing lawn. 39 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 40 average first freeze in the fall. 41 2. Installation CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 8 a. Plant sod specified after the area has been completed to the lines and grades shown on the Drawings with 6 inches of topsoil. b. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. c. Keep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fill voids left in the solid sodding with additional sod and tamp. £ Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. 3. Watering and Finishing a. Furnish water as an ancillary cost to Contractor by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.13. b. Thoroughly water sod immediately after planted. c. Water until established. d. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding 1. General a. Seed only those areas indicated on the Drawings and areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for City approval. 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1 inch 2) Remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the Drawings or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. f. Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 8 1 2) Mixture forms a blotter -like ground cover impregnated uniformly with 2 grass seed. 3 3) Mixture is applied within 30 minutes after placed in the equipment. 4 b. Placing 5 1) Uniformly distribute in the quantity specified over the areas shown on the 6 Drawings or as directed. 7 5. Fertilizing: uniformly apply fertilizer over seeded area. 8 6. Watering 9 a. Furnish water by means of temporary metering / irrigation, water truck or by 10 any other method necessary to achieve an acceptable stand of turf as defined in 11 3.13.B. 12 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 13 c. Water as direct by the City at least twice daily for 14 days after seeding in such 14 a manner as to prevent washing of the slopes or dislodgement of the seed. 15 d. Water until final acceptance. 16 e. Generally, an amount of water that is equal to the average amount of rainfall 17 plus 1/2 inch per week should be applied until accepted. 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. Block Sodding 28 1. Water and mow sod until completion and final acceptance of the Projector as 29 directed by the City. 30 2. Sod shall not be considered finally accepted until the sod has started to peg down 31 (roots growing into the soil) and is free from dead blocks of sod. 32 B. Seeding 33 1. Water and mow sod until completion and final acceptance of the Project or as 34 directed by the City. 35 2. Maintain the seeded area until each of the following is achieved: 36 a. Vegetation is evenly distributed 37 b. Vegetation is free from bare areas 38 3. Turf will be accepted once fully established. 39 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 40 cycle performed by the Contractor prior to consideration of acceptance by the 41 City. 42 C. Rejection CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 329213-8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 8 1 1. City may reject block sod or seeded area on the basis of weed populations. 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330130-1 SEWER AND MANHOLE TESTING Page 1 of 7 1 SECTION 33 0130 2 SEWER AND MANHOLE TESTING 3 PART1- GENERAL 4 1.1 SUMMARY 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 for 60-inch pipe and smaller. 14 4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 15 5. Pipe testing will include deflection (mandrel) test for pipe. 16 6. Hydrostatic testing is not allowed. 17 7. Manhole testing will include vacuum test. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 22 Contract 23 2. Division 1 — General Requirements 24 3. Section 03 80 00 — Modifications to Existing Concrete Structures 25 4. Section 33 04 50 — Cleaning of Sewer Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Pipe Testing 29 a. Measurement 30 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 31 completed in place. 32 b. Payment 33 1) The work performed and the materials furnishing in accordance with this 34 Item are subsidiary to the unit price bid per linear foot of sanitary sewer main 35 (pipe) complete in place, and no other compensation will be allowed. 36 2. Manhole Testing 37 a. Measurement 38 1) Measurement for testing manholes shall be per each vacuum test. 39 b. Payment CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 33 01 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 7 1 1) The work performed and the materials furnished in accordance with this 2 Item shall be paid for at the unit price bid per each vacuum test completed. 3 c. The price bid shall include: 4 1) Mobilization 5 2) Plugs 6 3) Clean-up 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 SUBMITTALS 10 A. Submittals shall be in accordance with Section 0133 00. 11 B. All submittals shall be approved by the City prior to delivery. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS 14 A. Test and Evaluation Reports 15 1. All test reports generated during testing (pass and fail) 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Certifications 19 1. Mandrel Equipment 20 a. If requested by City, provide Quality Assurance certification that the equipment 21 used has been designed and manufactured in accordance to the required 22 specifications. 23 2. Joint Testing 24 a. Testing Service - Engage a qualified independent testing agency to perform 25 joint evaluation tests 26 b. Equipment - If requested by City, provide Quality Assurance certification that 27 the equipment used has been designed and manufactured in accordance to the 28 required specifications. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330130-3 SEWER AND MANHOLE TESTING Page 3 of 7 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION 9 A. Low Pressure Air Test (Pipe 60 inch and smaller) 10 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 11 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 12 B. Low Pressure Joint Air Test (Pipe 27 inch or larger) 13 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 14 2. Assemble individual joint tester over each joint from within the pipe. 15 C. Deflection (mandrel) test (Pipe) 16 1. Perform as last work item before final inspection. 17 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 18 3. Materials 19 a. Mandrel used for deflection test 20 1) Use of an uncertified mandrel or a mandrel altered or modified after 21 certification will invalidate the deflection test. 22 2) Mandrel requirements 23 a) Odd number of legs with 9 legs minimum 24 b) Effective length not less than its nominal diameter 25 c) Fabricated of rigid and nonadjustable steel 26 d) Fitted with pulling rings and each end 27 e) Stamped or engraved on some segment other than a runner indicating 28 the following: 29 (1) Pipe material specification 30 (2) Nominal size 31 (3) Mandrel outside diameter (OD) 32 f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. 33 g) Mandrel equipment shall be suitable for the pipe material to prevent 34 damage to the pipe. Consult manufacturer for appropriate mandrel 35 equipment. 36 D. Vacuum test (Manhole) 37 1. Plug lifting holes and exterior joints. 38 2. Plug pipes and stubouts entering the manhole. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 7 1 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 2 is drawn. 3 4. Plug pipes with drop connections beyond drop. 4 5. Place test head inside the frame at the top of the manhole. 5 3.4 INSTALLATION 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 A. Low pressure air test (Pipe 60" Inch and Smaller) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure holding time per diameter per length of pipe is computed from the following equation: T = (0.0850*D*K) Q Where: T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig K = 0.000419*D*L, but not less than 1.0 D = nominal pipe diameter, inches L = length of pipe being tested (by pipe size), feet Q = 0.0015, cubic feet per minute per square foot of internal surface 5. UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the equation above. UNI-13-6, Table 1 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe indicated for q = 0. 00 15 Specification Time for Length (L) Shown (mm:sec) 1 2 3 4 mH mmtn Pipe Length for Time for Diameter Time Minimum Longer 100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft (min' (in.) sec} Time (ft) Length (sec) 4 346 597 .380 L 3.46 3.46 3:46 3:46 3:46 3:46 3.46 3:46 6 5.40 398 .854 L 5.40 5.40 5:40 5:40 5.40 5.40 5:42 6:24 8 7:34 298 1.520 L 7:34 7:34 7:34 7:34 736 8:52 10:08 1124 10 926 239 2.374 L 9:26 926 9:26 9:53 11:52 13:51 15:49 17:48 12 1120 199 3.418 L 11:20 1120 1124 14.15 1705 19:56 22.47 2538:00 15 14:10 159 5.342 L 14:10 14.10 17:48 22.15 264200 3109100 353600 40:04:00 18 17.00 133 7.692 L 17:00 19:13 253800 320300 382700 445200 511600 57:4100 21 19:50 114 10.470 L 19:50 26:10:00 345400 433700 522100 61,00,00 694800 78.31.100 24 22.40 99 13.674 L 22:47 34:11:00 453400 565800 682200 794600 911000 1023300 27 25:30:00 88 17.306 L 28:51.00 43:16:00 5741:00 7207:00 86:32:00 100:57:00 11522:00 129:48:00 30 28.20.00 80 21.366 L 353700 53.25.00 711300 890200 106:50:00 124:3800 1422600 160.1500 33 31:10:00 72 25.852 L 4305,00 643800 861000 107.43:00 129:16:00 15043:00 17221:00 193:5300 36 34:00:00 66 30.768 L 51:17:00 76:55:00 102:34.00 128:12:00 153:50:00 17929:00 20507:00 230:46:00 42 39.48:00 57 41.883L 69:48:00 104:42:00 139:37:00 17430:00 209:24:00 244:19.00 279:13:00 314:07:00 48 453400 50 54.705 L 91:1000 1364500 1822100 2275500 273:31:00 31906:00 364:42:00 410:1700 54 510200 44 69.236 L 1152400 1730500 230:4700 2882900 3461100 4035300 4613400 519:1600 60 56:40:00 40 85.476 L 1422800 213.41:00 284:5500 35609:00 427:23:00 498:3700 569:50:00 641:0400 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 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 330130-5 SEWER AND MANHOLE TESTING Page 5 of 7 6. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. B. Low pressure joint air test (27 Inch or larger pipe) 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM C 1103 as follows: 2. Equipment shall be the product of manufacturers having more than five years of regular production of successful joint testers. Joint tester shall be as manufactured by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 3. Follow equipment manufacturer's recommendations when performing tests; only experienced technicians shall perform tests. 4. The testing equipment shall be assembled and positioned over the center of the pipe joint and the end element tubes inflated to a maximum of 25 psi. 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to testing. 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the pressure from 3.5 psig to 2.5 psig. 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig is greater than 10 seconds. C. Deflection (mandrel) test (Pipe) 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 D. Vacuum test (Manhole) 1. Test manhole prior to coating with epoxy or other material. 2. Draw a vacuum of 10 inches of mercury and turn off the pump. 3. With the valve closed, read the level vacuum level after the required test time. 4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 330130-6 SEWER AND MANHOLE TESTING Page 6 of 7 1 2 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 3 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective 4 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 5 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 6 seconds. 40+6(5)=70 seconds) 7 8 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 9 failed the test. 10 3.5 REPAIR / RESTORATION [NOT USED] 11 3.6 RE -INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL 13 A. Non -Conforming Work 14 1. Low pressure air test (Pipe 60 Inch and smaller) 15 a. Should the air test fail, find and repair leak(s) and retest. 16 2. Low pressure joint air test (Pipe 27 inch or larger) 17 a. 100 percent of all joints shall be field tested, prior to the placement of backfill 18 over the spring line of the pipe, after the pipe has been substantially locked in to 19 place by embedment. If the pipe does not pass the field air test, the joint will be 20 pulled and refitted or rejected and removed from the project. After full 21 placement of backfill and proper compaction, 100% of all joints will be tested 22 again, as the installation progresses. At no time shall pipe installation exceed 23 300 feet beyond the last joint tested. 24 b. No more than 2 percent of the total number of joints failing to meet the 25 requirements of this test shall be field repaired by joint grout injection, or band 26 clamps, or other method. Any joints over 2% requiring field repairs shall be 27 rejected and removed from the project site. Rejected pipe shall be removed 28 from the project. Installation shall be stopped until defective joints are repaired 29 or replaced. 30 3. Should Deflection (mandrel) test (Pipe) 31 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 32 b. Uncover overdeflected pipe. Reinstall if not damaged. 33 c. If damaged, remove and replace. 34 4. Vacuum test (Manhole) CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330130-7 SEWER AND MANHOLE TESTING Page 7 of 7 1 a. Should the vacuum test fail, repair suspect area and retest. 2 1) External repairs required for leaks at pipe connection to manhole. 3 a) Shall be in accordance with Section 03 80 00. 4 2) Leaks within the manhole structure may be repaired internally or 5 externally. 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330131-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 7 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7 sanitary sewer or storm sewer mains 8 2. For sanitary sewer projects all (existing: Pre -CCTV, proposed: Post -CCTV) main 9 shall be inspected. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 17 4. Section 33 04 50 — Cleaning of Sewer Mains 18 5. Section 0132 16 — Construction Progress Schedule 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Pre -CCTV Inspection 21 1. Measurement 22 a. Measurement for this Item will be by the linear foot of line televised for CCTV 23 Inspection performed prior to any line modification or replacement determined 24 from the distance recorded on the video log. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under "Measurement" will be paid for at the unit price 28 bid per linear foot for "Pre -CCTV Inspection". 29 1) Contractor will not be paid for unaccepted video. 30 3. The price bid shall include: 31 a. Mobilization 32 b. Cleaning 33 c. Digital file 34 B. Post -CCTV Inspection 35 1. Measurement 36 a. Measurement for this Item will be by the linear foot of line televised for CCTV 37 Inspection performed following repair or installation determined from the 38 distance recorded on the video log. 39 2. Payment CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised March 3, 2016 33 01 31 -2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 7 1 a. The work performed and materials furnished in accordance with this Item and 2 measured as provided under "Measurement" will be paid for at the unit price 3 bid per linear foot for "Post -CCTV Inspection". 4 1) Contractor will not be paid for unaccepted video. 5 3. The price bid shall include: 6 a. Mobilization 7 b. Cleaning 8 c. Digital file 9 1.3 REFERENCES 10 A. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard 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. City of Fort Worth Water Department 15 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 16 Program (CCTV Manual). The CCTV Manual is available for download on 17 Buzzsaw. Location: Resources\70 — Inspection Tools\Standard Construction 18 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 19 download on Buzzsaw. Location: Resources\70 — Inspection Tools\Standard 20 Construction. 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Sanitary Sewer Lines 24 a. Meet with City of Fort Worth Water Department staff to confirm that the 25 appropriate equipment, software, standard templates, defect codes and defect 26 rankings are being used, if required. 27 2. Storm Sewer Lines 28 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 29 confirm that the appropriate equipment, software, standard templates, defect 30 codes and defect rankings are being used, if required. 31 B. Schedule 32 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 33 per Section 0132 16. 34 2. Include time for City review (2 weeks minimum — Notification needs to be send out 35 to Project Manager & Field Operation). 36 3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City 37 per Part 1.4 A. 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 33 00. 40 B. All submittals shall be approved by the Engineer or the City prior to delivery. 41 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 42 video data per the CCTV Manual. Provide additional copy of video in Windows Media 43 Audio/Video (.wmv) format for City Inspection review. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised March 3, 2016 33 01 31 -3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 7 1 D. If inspected with other software provide video data in Windows Media Audio/Video 2 (.wmv) format. Provide CCTV log in EXCEL spread sheet format — The CCTV spread 3 sheet log can be found on Buzzsaw. Location: Resources\70 — Inspection 4 Tools\Standard Construction. 5 E. Inspection Report shall include: 6 1. Asset 7 a. Date 8 b. City 9 c. Address and/or Project Name 10 d. Main Number — GIS ID (If Available) 11 e. Upstream Manhole GIS ID (If Available) 12 f. Downstream Manhole GIS ID (If Available) 13 g. Pipe Diameter 14 h. Material 15 i. Pipe Length 16 j. Mapsco Location Number 17 k. Date Constructed 18 1. Pipe Wall Thickness 19 2. Inspection 20 a. Inspection Number (i.e. Ist,2°d,etc...) 21 b. Crew Number 22 c. Operator Name 23 d. Operator Comments 24 e. Reason for Inspection 25 f. Equipment Number 26 g. Camera Travel Direction (Upstream/Downstream) 27 h. Inspected Length (feet) 28 i. Work Order Number (if required) 29 j. City Project Number (if required) 30 k. City Contract Name 31 1. DOE/TPW Number (if required) 32 m. Consultant Company Name 33 n. Consultant Contact Name 34 o. Consultant Contact Phone Number 35 p. Contractor Company Name 36 q. Contractor Contact Name 37 r. Contractor Contact Phone Number 38 1.6 INFORMATIONAL SUBMITTALS 39 A. Pre -CCTV submittals 40 1. 2 copies of CCTV video results on USB drive 41 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 42 B. Additional information that may be requested by the City 43 1. Listing of cleaning equipment and procedures 44 2. Listing of flow diversion procedures if required 45 3. Listing of CCTV equipment 46 4. Listing of backup and standby equipment CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised March 3, 2016 33 01 31 -4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 7 5. Listing of safety precautions and traffic control measures 2 1.7 CLOSEOUT SUBMITTALS 3 A. Post -CCTV submittals 4 1. 2 copies of CCTV video results on USB drive 5 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to 6 the City Inspector for review prior to scheduling a project final walk through. 7 3. CCTV speadsheet log in EXCEL format — A blank copy of the CCTV spread sheet 8 log can be found on Buzzsaw. Location: Resources\70 — Inspection Tools\Standard 9 Construction 10 4. Construction Plans identifying the line segments that were videoed. Include cover 11 sheet, overall line layout sheet(s), and plan and profile sheet(s). 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 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. Equipment- 1. Closed Circuit Television Camera a. The television camera used shall be one specifically designed and constructed for sewer inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100 percent humidity/submerged conditions. The equipment will provide a view of the pipe ahead of the equipment and of features to the side of the equipment through turning and rotation of the lens. The camera shall be capable of tilting at right angles along the axis of the pipe while panning the camera lens through a full circle about the circumference of the pipe. The lights on the camera shall also be capable of panning 90-degrees to the axis of the pipe. b. The radial view camera must be solid state color and have remote control of the rotational lens. The camera shall be capable of viewing the complete circumference of the pipe and manhole structure, including the cone -section or corbel. The camera lens shall be an auto -iris type with remote controlled manual override. 2. Video Capture System a. The video and audio recordings of the sewer inspections shall be made using digital video equipment. A video enhancer may be used in conjunction with, but not in lieu of, the required equipment. The digital recording equipment shall capture sewer inspection on USB drive, with each sewer segment (from upstream manhole to downstream manhole) inspection recorded as an individual file in Windows Media Audio/Video (.wmv) format. City has a right to change the format from .WMV media to .MP4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2016 River's Edge Phase 3B City Project No. 103251 33 01 31 -5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 7 1 b. The system shall be capable of printing pipeline inspection reports with 2 captured images of defects or other related significant visual information on a 3 standard color printer. 4 c. The system shall store digitized color picture images and be saved in digital 5 format on a USB drive. 6 d. The system shall be able to produce data reports to include, at a minimum, all 7 observation points and pertinent data. All data reports shall match the defect 8 severity codes outlined in the City's CCTV manual. 9 e. Camera footage, date & manhole numbers shall be maintained in real time and 10 shall be displayed on the video monitor as well as the video character 11 generators illuminated footage display at the control console. 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 18 plans or City to be used during inspections. Inspections performed using 19 identification numbers other than the plans or from assigned numbers from the City 20 will be rejected. 21 2. Inspection shall not commence until the sewer section to be televised has been 22 completely cleaned in conformance with Section 33 04 50. (Sewer system should 23 be connected to existing sewer system and should be active) 24 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to 25 completion of the following: 26 a. Pipe testing 27 b. All manhole work is complete 28 c. Installation of all lateral services 29 d. Vacuum test of manholes 30 4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. 31 B. Storm Sewer Lines 32 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 33 CCTV equipment and cleaning requirements. 34 3.4 INSPECTION (CCTV) 35 A. General 36 1. Begin inspection immediately after cleaning of the main. 37 2. Move camera through the line in either direction at a moderate rate, stopping when 38 necessary to permit proper documentation of the main's condition. 39 3. Do not move camera at a speed greater than 30 feet per minute. 40 4. Use manual winches, power winches, TV cable, and power rewinds that do not 41 obstruct the camera view, allowing for proper evaluation. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised March 3, 2016 33 01 31 -6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 6 of 7 1 5. During investigation stop camera at each defect along the main. 2 a. Record the nature, location and orientation of the defect or infiltration location 3 as specified in the CCTV Manual. 4 6. Pan and tilt the camera to provide additional detail at: 5 a. Manholes, Include condition of manhole in its entirety and interior corrosion 6 protection (if applicable) (Camera should pan the entire manhole from top as 7 well as while lowering into manhole, also show complete view of invert) 8 b. Service connections, Pan the Camera to get a complete overview of service 9 connection including zooming into service connection Include location (i.e. 3 10 o'clock, 9 o'clock, etc...) 11 c. Joints, Include comment on condition, signs of damage, etc... 12 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 13 joints, obstructions or debris (show as % of pipe diameter). If debris has been 14 found in the pipe during the post -CCTV inspection, additional cleaning is 15 required and pipe shall be re -televised. 16 e. Infiltration/Inflow locations 17 f. Pipe material transitions 18 g. Other locations that do not appear to be typical for normal pipe conditions 19 h. Note locations where camera is underwater and level as a % of pipe diameter. 20 7. Provide accurate distance measurement. 21 a. The meter device is to be accurate to the nearest 1/10 foot. 22 8. CCTV inspections are to be continuous. 23 a. Do not provide a single segment of main on more than 1 USB drive. 24 b. A single segment is defined from manhole to manhole. 25 B. Pre -Installation Inspection for Sewer Mains to be rehabilitated 26 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before 27 rehabilitation work. 28 2. If, during inspection, the CCTV will not pass through the entire section of main due 29 to blockage or pipe defect, set up so the inspection can be performed from the 30 opposite manhole. 31 3. Provisions for repairing or replacing the impassable location are addressed in 32 Section 33 3120, Section 33 3121 and Section 33 3122. 33 C. Post -Installation Inspection 34 1. Complete manhole installation before inspection begins. 35 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 36 0450. 37 D. Documentation of CCTV Inspection 38 1. Sanitary Sewer Lines 39 a. Follow the CCTV Manual (CCTV standard manual supplied by City upon 40 request) for the inspection video, data logging and reporting or Part 1.5 E of 41 this section. 42 2. Storm Sewer Lines 43 a. Provided documentation for video, data logging, and reporting in accordance 44 with City of Fort Worth Transportation/Public Works Department 45 requirements. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised March 3, 2016 33 01 31 -7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 7 of 7 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING 7 A. See Section 33 04 50. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised March 3, 2016 330310-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 1 of 5 1 SECTION 33 03 10 2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer 7 lines unless otherwise specified in the Contract Documents 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by lump sum. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item will 20 be paid for at the lump sum price bid for "Bypass Pumping". 21 3. The price bid shall include: 22 a. Mobilization 23 b. Development of bypass plans 24 c. Transportation and storage 25 d. Setup 26 e. Confined space entry 27 f. Plugging 28 g. Pumping 29 h. Clean up 30 i. Manhole restoration 31 j. Surface restoration 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Specification, unless a date is specifically cited. 37 2. Occupational Safety and Health Organization (OSHA). 38 1.4 ADMINISTRATIVE REQUIREMENTS 39 A. Coordination CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330310-2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 1 1. Schedule meeting with City to review sewer shutdown prior to replacing or 2 rehabilitating any facilities. 3 2. City reserves the right to delay schedule due to weather conditions, or other 4 unexpected emergency within the sewer system. 5 3. Review bypass pumping arrangement or layout in the field with City prior to 6 beginning operations. Facilitate preliminary bypass pumping run with City staff 7 present to affirm the operation is satisfactory to the City. 8 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of 9 sewer flow with City staff. 10 5. Provide onsite continuous monitoring during all bypass pumping operations using 11 one of the following methods: 12 a. Personnel on site 13 b. Portable SCADA equipment 14 1.5 SUBMITTALS 15 A. Submittals shall be in accordance with Section 01 33 00. 16 B. All submittals shall be approved by the City prior to delivery. 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 18 A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all 19 provisions and precautions that will be taken with regard to the handling of sewer 20 flows. Submit the plan to the City for approval a minimum of 7 days prior to 21 commencing work. Include the following details: 22 1. Schedule for installation and maintenance of the bypass pumping system 23 2. Staging areas for pumps 24 3. Pump sizes, capacity, number of each size, and power requirements 25 4. Calculations for static lift, friction losses, and velocity 26 5. Pump curves showing operating range and system head curves 27 6. Sewer plugging methods 28 7. Size, length, material, joint type, and method for installation of suction and 29 discharge piping 30 8. Method of noise control for each pump and/or generator, if required 31 9. Standby power generator size and location 32 10. Suction and discharge piping plan 33 11. Emergency action plan identifying the measures taken in the event of a pump 34 failure or sewer spill 35 12. Staffing plan for responding to alarm conditions identifying multiple contacts by 36 name and phone numbers (office, mobile) 37 13. A contingency plan to implement in the event the replacement or rehabilitation has 38 unexpected delays or problems CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART2- PRODUCTS 8 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT 10 A. Pumping 11 1. Provide equipment that will convey 100 percent of wet weather peak flow 12 conditions. 13 2. Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not 14 permitted for priming the system. 15 3. Pumps must be constructed to allow dry running for periods of time to account for 16 the cyclical nature of sewer flow. 17 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup 18 pumps on line, isolated from the primary system by valve. 19 5. If multiple pumps are required to meet the flow requirements, provide the necessary 20 fittings and connections to incorporate multiple discharges. 21 6. Noise levels of the pumping system must follow the requirements of the City noise 22 ordinance for gas wells. 23 B. Piping 24 1. Install pipes with joints which prevent the incident of flow spillage. 25 C. Plugs or Stop Logs 26 1. Plugs 27 a. Select a plug that is made for the size and potential pressure head that will be 28 experienced. 29 b. Provide an additional anchor, support or bracing to secure plug when back 30 pressure is present. 31 c. Use accurately calibrated air pressure gauges for monitoring the inflation 32 pressure. 33 d. Place inflation gauge at location outside of confined space area. Keep the 34 inflation gauge and valve a safe distance from the plugs. 35 e. Never over inflate the plug beyond its pressure rating. 36 2. Stop Logs 37 a. Use stop log devices designed for the manhole or sewer vault structure in use. 38 b. If applicable, obtain stop logs from City that may be used on specific structures. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330310-4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and 8 obtain approval of those locations from the City. 9 B. Make preparations to comply with OSHA requirements when working in the presence 10 of sewer gases, oxygen -deficient atmospheres and confined spaces. 11 C. Do not begin bypass preparation and operation until City approval of the submittals 12 requested per this Specification. 13 3.4 INSTALLATION 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. Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. B. Sewer flow stoppage 1. Plugging a. Use confined space procedures and equipment during installation when necessary. b. Thoroughly clean the pipe before insertion of the plug. c. Insert the plug seal surface completely so it is fully supported by the pipe. d. Position the plug where there are not sharp edges or protrusions that may damage the plug. e. Use pressure gauges for measuring inflation pressures. f. Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. 4. Do not construct bypass facilities where vehicular traffic may travel over the piping. a. Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 330310-5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL 4 A. Field [OR] Site Tests and Inspections 5 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment 6 before actual operation begins. Have City staff on site during tests. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES 11 A. Once plugging or blocking is no longer necessary, remove in such a way that permits 12 the sewer flow to slowly return to normal — preventing surge, surcharging and major 13 downstream disturbance. 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 18 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Pagel of 8 1 SECTION 33 04 40 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 11 Administrative Code (TAC) established by the Texas Commission on 12 Environmental Quality (TCEQ). 13 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 0131 — Closed Circuit Television (CCTV) Inspection 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 24 2. Payment 25 a. The work performed and the materials furnished in accordance with this Item 26 are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological 27 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 28 complete in place, and no other compensation will be allowed. 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. American Water Works Association/American (AWWA): 35 a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. 36 b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. 37 c. C651, Disinfecting Water Mains. 38 d. C655, Field De -Chlorination. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals 4 For 24-inch and larger water mains, provide the following: 5 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan 6 detailing the methods and schedule, including: 7 a. A detailed description of cleaning procedures 8 b. Pigging entry and exit ports 9 c. Flushing procedures 10 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 11 e. Control of water 12 f. Disposal 13 2. Disinfection Plan — prior to the start of construction submit a disinfection plan 14 including: 15 a. The method mixing and introducing chlorine 16 b. Flushing 17 c. De -chlorination 18 d. Sampling 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 28 2.2 PRODUCT TYPES 29 A. Pigs 30 1. Open cell polyurethane foam body 31 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 32 3. May be wrapped with polyurethane spiral bands 33 4. Abrasives are not permitted, unless expressly approved by the City in writing for 34 the particular application. 35 5. Must pass through a reduction up to 65 percent of the cross sectional area of the 36 nominal pipe diameter CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 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 USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 10 3.5 REPAIR/RESTORATION [NOT USED] 11 3.6 RE -INSTALLATION [NOT USED] 12 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING 16 A. General 17 1. All water mains shall be cleaned prior to bacteriological testing. 18 a. Pig all 36-inch and smaller water mains. 19 b. Pig or manually sweep 42-inch and larger mains. 20 c. Flushing is only permitted when specially designated in the Drawings, or if 21 pigging is not practical and approved by the City. 22 B. Pigging Method 23 1. If the method of pigging is to be used, prepare the main for the installation and 24 removal of a pig, including: 25 a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, 26 remove cleaning Wye covers, etc. 27 b. Where expulsion of the pig is required through a dead -ended conduit: 28 1) Prevent backflow of purged water into the main after passage of the pig. 29 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 30 smaller mains to prevent backwater re-entry into the main. 31 3) Additional excavation of the trench may be performed on mains over 12 32 inches, to prevent backwater re-entry into the main. 33 4) Flush any backflow water that inadvertently enters the main. 34 c. Flush short dead-end pipe sections not swabbed by a pig. 35 d. Once pigging is complete: 36 1) Pigging wyes shall remain in place unless otherwise specified in the 37 Contract Documents. 38 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 1 3) Plug and place blocking at other openings. 2 4) Backfill 3 5) Complete all appurtenant work necessary to secure the system and proceed 4 with disinfection. 5 C. Flushing Method 6 1. Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes 7 and numbers, and with adequate flushing to achieve a minimum velocity in the 8 main of 2.5 feet per second. 9 a. Minimum blow -off sizes for various main sizes are as follows: 10 1) 4-inch through 8-inch main — 3/4-inch blow -off 11 2) 10-inch through 12-inch main —I -inch blow -off 12 3) 16-inch and greater main — 2-inch blow -off 13 b. Flushing shall be subject to the following limitations: 14 1) Limit the volume of water for flushing to 3 times the volume of the water 15 main. 16 2) Do not unlawfully discharge chlorinated water. 17 3) Do not damage private property. 18 4) Do not create a traffic hazard. 19 c. Once Flushing is complete: 20 1) Corporations stops used for flushing shall be plugged. 21 D. Daily main cleaning 22 1. Wipe joints and then inspect for proper installation. 23 2. Sweep each joint and keep clean during construction. 24 3. Install a temporary plug on all exposed mains at the end of each working day or an 25 extended period of work stoppage. 26 E. Hydrostatic Testing 27 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 28 the following criteria: 29 a. Furnish and install corporations for proper testing of the main. 30 1) Furnish adequate and satisfactory equipment and supplies necessary to 31 make such hydrostatic tests. 32 2) The section of line to be tested shall be gradually filled with water, 33 carefully expelling the air and the specified pressure applied. 34 b. The City will furnish water required for the testing at its nearest City line. 35 c. Expel air from the pipe before applying the required test pressure. 36 d. Test Pressure 37 1) Test pressures should meet the following criteria: 38 a) Not less than 1.25 (187 psi minimum) times the stated working 39 pressure of the pipeline measured at the highest elevation along the test 40 section. 41 b) Not less than 1.5 (225 psi minimum) times the stated working pressure 42 at the lowest elevation of the test section. 43 e. Test Conditions 44 1) Must be at least 2 hour duration 45 2) Add water as necessary to sustain the required test pressure. 46 3) Test fire hydrants to the fire hydrant valve. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 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 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from 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, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch -pound units, L = SD 4P 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 River's Edge Phase 3B City Project No. 103251 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1 1) Apply water at a constant rate in the newly laid main. 2 a) Use the existing distribution system or other approved source of 3 supply. 4 2) At a point not more than 10 feet downstream from the beginning of the new 5 main, water entering the new main shall receive a dose of chlorine. 6 a) Free chlorine concentration: 50 mg/L minimum, or as required by 7 TCEQ, whichever is greater. 8 b) Chlorine applications shall not cease until the entire conduit is filled 9 with heavily chlorinated water. 10 3) Retain chlorinated water in the main for at least 24 hours. 11 a) Operate valves and hydrants in the section treated in order to disinfect 12 the appurtenances. 13 b) Prevent the flow of chlorinated water into mains in active service. 14 c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, 15 minimum, for the treated water in all portions of the main. 16 4) Flush the heavily chlorinated water from the main and dispose of in a 17 manner and at a location accepted by the City. 18 5) Test the chlorine residual prior to flushing operations. 19 a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the 20 new main until the chlorine residual is less the 4 mg/L. 21 b) The Contractor may choose to evacuate the water into water trucks, or 22 other approved storage facility, and treat the water with Sodium 23 Bisulfate, or another de -chlorination chemical, or method appropriate 24 for potable water and approved by the City until the chlorine residual is 25 reduced to 4 mg/L or less. 26 c) After the specified chlorine residual is obtained, the water may then be 27 discharged into the drainage system or utilized by the Contractor. 28 d. Slug Method 29 1) Water from the existing distribution system or other approved source of 30 supply shall be made to flow at a constant rate in the newly laid main. 31 2) At a point not more than 10 feet downstream from the beginning of the new 32 main, water entering the new main shall receive a dose of chlorine. 33 a) Free chlorine concentration: 100 mg/L minimum, or as required by 34 TCEQ, whichever is greater. 35 b) The chlorine shall be applied continuously and for a sufficient time to 36 develop a solid column or "slug" of chlorinated water that shall expose 37 all interior surfaces to the "slug" for at least 3 hours. 38 3) Operate the fittings and valves as the chlorinated water flows past to 39 disinfect the appurtenances. 40 4) Prevent the flow of chlorinated water into mains in active service. 41 5) Flush the heavily chlorinated water from the main and dispose of in a 42 manner and at a location accepted by the City. 43 6) Upon completion, test the chlorine residual remaining in the main. 44 a) Chlorine levels of 4 mg/l or less should be maintained. 45 2. Contractor Requirements 46 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 47 the disinfection method approved by the City with adequate provisions for 48 sampling. 49 b. Make all necessary taps into the main to accomplish chlorination of a new line, 50 unless otherwise specified in the Contract Documents. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 1 c. After satisfactory completion of the disinfection operation, as determined by 2 the City, remove surplus pipe at the chlorination and sampling points, plug the 3 remaining pipe, backfill and complete all appurtenant work necessary to secure 4 the main. 5 G. Dechlorination 6 1. General. All chlorinated water shall be de -chlorinated before discharge to the 7 environment. Chemical amounts, as listed in ANSFAWWA C651: "Disinfecting 8 Water Mains", shall be used to neutralize the residual chlorine concentrations using 9 de -chlorination procedures listed in ANSI/AWWA C655: "Field De -Chlorination". 10 De -Chlorination shall continue until chlorine residual is non -detectable. 11 2. Testing. Contractor shall continuously test for the chlorine residual level 12 immediately downstream of the de -chlorination process, during the entire discharge 13 of the chlorinated water. Contractor shall periodically conduct chlorine residual 14 testing and check for possible fish kills at locations where discharged water enters 15 the existing watershed. 16 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the 17 distribution system or any other construction activities: 18 a. The Contract shall immediately alter activities to prevent further fish kills. 19 b. The Contractor shall immediately notify Water Department Field Operations 20 Dispatch. 21 c. The Contractor shall coordinate with City to properly notify TCEQ. 22 d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish 23 kills shall be the responsibility of the Contractor. 24 H. Bacteriological Testing (Water Sampling) 25 1. General 26 a. Notify the City when the main is suitable for sampling. 27 b. The City shall then take water samples from a suitable tap for analysis by the 28 City's laboratory, unless otherwise specified in the Contract Documents. 29 1) No hose or fire hydrant shall be used in the collection of samples. 30 2. Water Sampling 31 a. Complete microbiological sampling prior to connecting the new main into the 32 existing distribution system in accordance with AWWA C651. 33 b. Collect samples for bacteriological analysis in sterile bottles treated with 34 sodium thiosulfate. 35 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, 36 from the new main. 37 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 38 (or at the next available sampling point beyond 1,000 linear feet as designated 39 by the City), plus 1 set from the end of the line and at least 1 set from each 40 branch. 41 e. If trench water has entered the new main during construction or, if in the 42 opinion of the City, excessive quantities of dirt or debris have entered the new 43 main, obtain bacteriological samples at intervals of approximately 200 linear 44 feet. 45 f. Obtain samples from water that has stood in the new main for at least 16 hours 46 after formal flushing. 47 3. Repetition of Sampling CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 1 a. Unsatisfactory test results require a repeat of the disinfection process and re- 2 sampling as required above until a satisfactory sample is obtained. 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 8 9 0IeI ZI] 0&1 xON I to] ►I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 04 50 CLEANING OF SEWER MAINS 330450-1 CLEANING OF SEWER MAINS Page 1 of 5 5 A. General 6 1. Before any television inspection, any sewer main shall be cleaned to remove all 7 debris, solids, sand, grease, grit, etc. from the sewer and manholes. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. This Item is considered subsidiary to the sewer main being cleaned. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per linear foot of sewer pipe complete in 22 place, and no other compensation will be allowed. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330450-2 CLEANING OF SEWER MAINS Page 2 of 5 1 PART 2 - PRODUCTS [NOT USED] 2 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 3 2.2 PRODUCT TYPES 4 A. Use only the type of cleaning material which will not create hazards to health or 5 property or affect treatment plant processes. 6 2.3 ACCESSORIES 7 2.4 SOURCE QUALITY CONTROL 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING 19 A. General 20 1. All materials, equipment, and personnel necessary to complete the cleaning of the 21 sanitary sewer main and manholes must be present on the jobsite prior to isolating 22 the sewer manhole or line segment and beginning the cleaning process. 23 2. Maintain clean work and surrounding premises within the work limits so as to 24 comply with Federal, State, and local environmental and anti -pollution laws, 25 ordinances, codes, and regulations when cleaning and disposing of waste materials, 26 debris, and rubbish. 27 3. Keep the work and surrounding premises within work limits free of accumulations 28 of dirt, dust, waste materials, debris, and rubbish. 29 4. Suitable containers for storage of waste materials, debris, and rubbish shall be 30 provided until time of disposal. 31 a. It is the sole responsibility of the Contractor to secure a licensed legal dump site 32 for the disposal of this material. 33 b. Under no circumstances shall sewage or solids removed from the main or 34 manhole be dumped onto streets or into ditches, catch basins, storm drains, or 35 sanitary sewers. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330450-3 CLEANING OF SEWER MAINS Page 3 of 5 1 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. 2 from each sewer segment, including the manhole(s). 3 6. Selection of cleaning equipment and the method for cleaning shall be based on the 4 condition of the sanitary sewer mains at the time work commences and will be 5 subject to approval by the City. 6 7. All cleaning equipment and devices shall be operated by experienced personnel. 7 8. Satisfactory precautions shall be taken to protect the sanitary sewer mains and 8 manholes from damage that might be inflicted by the improper use of the cleaning 9 process or equipment. 10 9. Any damages done to a sewer main and/or structure by the Contractor shall be 11 repaired by the Contractor at no additional cost and to the satisfaction of the City. 12 10. Cleaning shall also include the manhole wall washing by high pressure water jet. 13 11. The Contractor may be required to demonstrate the performance capabilities of the 14 cleaning equipment proposed for use on the project. 15 a. If the results obtained by the proposed sanitary sewer cleaning equipment are 16 not satisfactory, the Contractor shall use different equipment and/or 17 attachments, as required, to meet City satisfaction. 18 b. More than 1 type of equipment/attachments may be required at a location. 19 12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, 20 weir, dam, or suction shall be constructed in the downstream manhole in such a 21 manner that all the solids and debris are trapped for removal. 22 13. Whenever hydraulically -propelled cleaning tools which depend upon water 23 pressure to provide their cleaning force, or any tool which retard the flow of water 24 in the sanitary sewer lines are used, precautions shall be taken to insure that the 25 water pressure created does not cause any damage or flooding to public or private 26 property being served by the manhole section involved. 27 14. Any damage of property, as a result of flooding, shall be the liability and 28 responsibility of the Contractor. 29 15. The flow of wastewater present in the sanitary sewer main shall be utilized to 30 provide necessary fluid for hydraulic cleaning devices whenever possible. 31 16. When additional quantities of water from fire hydrants are necessary to avoid delay 32 in normal working procedures, the water shall be conserved and not used 33 unnecessarily. 34 a. No fire hydrant shall be obstructed or used when there is a fire in the area. 35 b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter 36 and all related charges for the set-up, including the water usage bills from 37 respective water purveyor agency. 38 c. All expenses shall be considered incidental to the cleaning of the existing 39 sanitary sewer mains. 40 B. Methods 41 1. Hydraulic Cleaning 42 a. Hydraulic -propelled devices which require a head of water to operate must 43 utilize a collapsible dam. 44 b. The dam must be easily collapsible to prevent damage to the sewer main, 45 property, etc. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330450-4 CLEANING OF SEWER MAINS Page 4 of 5 I c. When using hydraulically -propelled devices, precautions shall be taken to 2 insure that the water pressure created does not cause damage or flood public or 3 private property. 4 d. Do not increase the hydraulic gradient of the sanitary sewers beyond the 5 elevation that could cause overflow of sewage into area waterways or laterals. 6 e. The flow of wastewater present in the sanitary sewer main shall be utilized to 7 provide necessary fluid for hydraulic cleaning devices whenever possible. 8 2. High -Velocity Cleaning 9 a. Cleaning equipment that uses a high velocity water jet for removing debris shall 10 be capable of producing a minimum volume of 50 gpm, with a pressure of 11 1,500 psi, for the sanitary sewer line and 3,500 psi for the (manhole) structure 12 at the pump. 13 1) Any variations to this pumping rate must be approved, in advance, by the 14 City. 15 2) To prevent damage to older sewer mains and property, a pressure less than 16 1500 psi can be used. 17 3) A working pressure gauge shall be used on the discharge of all high 18 pressure water pumps. 19 4) For sewers 18 inches and larger in diameter, in addition to conventional 20 nozzles, use a nozzle which directs the cleaning force to the bottom of the 21 pipe. 22 5) Operate the equipment so that the pressurized nozzle continues to move at 23 all times. 24 6) The pressurized nozzle shall be turned off or reduced anytime the hose is 25 on hold or delayed in order to prevent damage to the line. 26 3. Mechanical Cleaning 27 a. Mechanical cleaning, in addition to normal cleaning when required, shall be 28 with approved equipment and accessories driven by power winching devices. 29 b. Submit the equipment manufacturer's operational manual and guidelines to the 30 City, which shall be followed strictly unless modified by the City. 31 c. All equipment and devices shall be operated by experienced operators so that 32 they do not damage the pipe in the process of cleaning. 33 d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other 34 debris -removing equipment/accessories shall be used as appropriate and 35 necessary in the field, in conjunction with the approved power machines. 36 e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, 37 snakes, scooters, sewer balls, kites, and other approved equipment, in 38 conjunction with hand winching device, and/or gas, electric rod propelled 39 devices, shall be considered normal cleaning equipment. 40 3.11 CLOSEOUT ACTIVITIES [NOT USED] 41 3.12 PROTECTION [NOT USED] 42 3.13 MAINTENANCE [NOT USED] 43 3.14 ATTACHMENTS [NOT USED] 44 END OF SECTION 45 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330450-5 CLEANING OF SEWER MAINS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 20 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division 1 — General Requirements 30 3. Section 02 41 13 — Selective Site Demolition 31 4. Section 02 41 15 — Paving Removal 32 5. Section 02 41 14 — Utility Removal/Abandonment 33 6. Section 03 30 00 — Cast -in -place Concrete 34 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 —Site Clearing 36 9. Section 3125 00 — Erosion and Sediment Control 37 10. Section 33 05 26 — Utility Markers/Locators 38 11. Section 34 71 13 — Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 12, 2016 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 330510-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 20 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement' will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 RIVER'S EDGE PHASE 3B City Project No. 103251 2 3 4 5 6 7 8 9 10 11 12 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 20 f) Removal of ground water control system 5. 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. 13 1.3 REFERENCES 14 15 16 17 18 19 20 21 A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: J J Li U Q J Q Z Li INITIAL HACKFILL LLI SPRINGLINE w HAUNCHING BEDDING FOUNDATION XK arPAVED AREAS UNPAVED AREAS U CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 OD CLEARANCE RIVER'S EDGE PHASE 3B City Project No. 103251 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 20 1 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas — The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas — The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard 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. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity -Flow Applications 33 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods (Shallow Depth) 35 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods (Shallow Depth) 37 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 41 Regulations for Construction, Subpart P - Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 12, 2016 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 20 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. Within Existing Rights -of -Way (ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements, unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non -paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils, embedment or 38 backfill materials within the ROW, easement or temporary construction 39 easement, then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 12, 2016 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 20 1 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 A. Materials 17 1. Utility Sand 18 a. Granular and free flowing 19 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c. Reasonably free of organic material 22 d. Gradation: sand material consisting of durable particles, free of thin or 23 elongated pieces, lumps of clay, loam or vegetable matter and meets the 24 following gradation may be used for utility sand embedment/backfill, and 25 graded with following limits when tested in accordance with ASTM C136.-. 26 Sieve Size Percent Retained '/2" 0 '/4" 0-5 #4 0-10 # 16 0-20 #50 20-70 #100 60-90 #200 90-100 27 2. Crushed Rock 28 a. Durable crushed rock or recycled concrete 29 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 30 c. May be unwashed 31 d. Free from significant silt clay or unsuitable materials 32 e. Percentage of wear not more than 40 percent per ASTM C 13 1 or C535 33 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 34 sodium sulfate soundness per ASTM C88 CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 12, 2016 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 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 20 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM 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 Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In -situ soils classified as NIL, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C 123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type VII portland cement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 RIVER'S EDGE PHASE 3B City Project No. 103251 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 20 1 c. Water 2 1) Potable water, free of soils, acids, alkalis, organic matter or other 3 deleterious substances, meeting requirements of ASTM C94 4 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 5 e. Strength 6 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 7 D1633, Method A 8 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 9 D1633, Method A 10 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 11 that exceeds the maximum compressive strength shall be removed by the 12 Contractor for no additional compensation. 13 f. Random samples of delivered product will be taken in the field at point of 14 delivery for each day of placement in the work area. Specimens will be 15 prepared in accordance with ASTM D1632. 16 10. Controlled Low Strength Material (CLSM) 17 a. Conform to Section 03 34 13 18 11. Trench Geotextile Fabric 19 a. Soils other than ML or OH in accordance with ASTM D2487 20 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 21 2) Fibers shall retain their relative position 22 3) Inert to biological degradation 23 4) Resist naturally occurring chemicals 24 5) UV Resistant 25 6) Mirafi 140N by Tencate, or approved equal 26 b. Soils Classified as ML or OH in accordance with ASTM D2487 27 1) High -tenacity monofilament polypropylene woven yarn 28 2) Percent open area of 8 percent to 10 percent 29 3) Fibers shall retain their relative position 30 4) Inert to biological degradation 31 5) Resist naturally occurring chemicals 32 6) UV Resistant 33 7) Mirafi FW402 by Tencate, or approved equal 34 12. Concrete Encasement 35 a. Conform to Section 03 30 00. 36 2.3 ACCESSORIES [NOT USED] 37 2.4 SOURCE QUALITY CONTROL [NOT USED] 38 PART 3 - EXECUTION 39 3.1 INSTALLERS [NOT USED] 40 3.2 EXAMINATION 41 A. Verification of Conditions 42 1. Review all known, identified or marked utilities, whether public or private, prior to 43 excavation. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 12, 2016 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 20 1 2. Locate and protect all known, identified and marked utilities or underground 2 facilities as excavation progresses. 3 3. Notify all utility owners within the project limits 48 hours prior to beginning 4 excavation. 5 4. The information and data shown in the Drawings with respect to utilities is 6 approximate and based on record information or on physical appurtenances 7 observed within the project limits. 8 5. Coordinate with the Owner(s) of underground facilities. 9 6. Immediately notify any utility owner of damages to underground facilities resulting 10 from construction activities. 11 7. Repair any damages resulting from the construction activities. 12 B. Notify the City immediately of any changed condition that impacts excavation and 13 installation of the proposed utility. 14 3.3 PREPARATION 15 A. Protection of In -Place Conditions 16 1. Pavement 17 a. Conduct activities in such a way that does not damage existing pavement that is 18 designated to remain. 19 1) Where desired to move equipment not licensed for operation on public 20 roads or across pavement, provide means to protect the pavement from all 21 damage. 22 b. Repair or replace any pavement damaged due to the negligence of the 23 contractor outside the limits designated for pavement removal at no additional 24 cost to the City. 25 2. Drainage 26 a. Maintain positive drainage during construction and re-establish drainage for all 27 swales and culverts affected by construction. 28 3. Trees 29 a. When operating outside of existing ROW, stake permanent and temporary 30 construction easements. 31 b. Restrict all construction activities to the designated easements and ROW. 32 c. Flag and protect all trees designated to remain in accordance with Section 31 10 33 00. 34 d. Conduct excavation, embedment and backfill in a manner such that there is no 35 damage to the tree canopy. 36 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 37 specifically allowed by the City. 38 1) Pruning or trimming may only be accomplished with equipments 39 specifically designed for tree pruning or trimming. 40 £ Remove trees specifically designated to be removed in the Drawings in 41 accordance with Section 31 10 00. 42 4. Above ground Structures 43 a. Protect all above ground structures adjacent to the construction. 44 b. Remove above ground structures designated for removal in the Drawings in 45 accordance with Section 02 41 13 46 5. Traffic CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 12, 2016 3305 10-10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 20 1 a. Maintain existing traffic, except as modified by the traffic control plan, and in 2 accordance with Section 34 71 13. 3 b. Do not block access to driveways or alleys for extended periods of time unless: 4 1) Alternative access has been provided 5 2) Proper notification has been provided to the property owner or resident 6 3) It is specifically allowed in the traffic control plan 7 c. Use traffic rated plates to maintain access until access is restored. 8 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops 9 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 10 excavation that could impact the operations of an existing traffic signal. 11 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 12 and detector loops. 13 c. Immediately notify the City's Traffic Services Division if any damage occurs to 14 any component of the traffic signal due to the contractors activities. 15 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 16 cabinets, conduit and detector loops as a result of the construction activities. 17 7. Fences 18 a. Protect all fences designated to remain. 19 b. Leave fence in the equal or better condition as prior to construction. 20 3.4 INSTALLATION 21 A. Excavation 22 1. Excavate to a depth indicated on the Drawings. 23 2. Trench excavations are defined as unclassified. No additional payment shall be 24 granted for rock or other in -situ materials encountered in the trench. 25 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 26 and bracing in accordance with the Excavation Safety Plan. 27 4. The bottom of the excavation shall be firm and free from standing water. 28 a. Notify the City immediately if the water and/or the in -situ soils do not provide 29 for a firm trench bottom. 30 b. The City will determine if any changes are required in the pipe foundation or 31 bedding. 32 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 33 excavation shall not advance beyond the pipe placement so that the trench may be 34 backfilled in the same day. 35 6. Over Excavation 36 a. Fill over excavated areas with the specified bedding material as specified for 37 the specific pipe to be installed. 38 b. No additional payment will be made for over excavation or additional bedding 39 material. 40 7. Unacceptable Backfill Materials 41 a. In -situ soils classified as unacceptable backfill material shall be separated from 42 acceptable backfill materials. 43 b. If the unacceptable backfill material is to be blended in accordance with this 44 Specification, then store material in a suitable location until the material is 45 blended. 46 c. Remove all unacceptable material from the project site that is not intended to be 47 blended or modified. CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 12, 2016 3305 10-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 20 1 8. Rock — No additional compensation will be paid for rock excavation or other 2 changed field conditions. 3 B. Shoring, Sheeting and Bracing 4 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 5 specific excavation safety system in accordance with Federal and State 6 requirements. 7 2. Excavation protection systems shall be designed according to the space limitations 8 as indicated in the Drawings. 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 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 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 the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 RIVER'S EDGE PHASE 3B City Project No. 103251 3305 10-12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 20 1 e. In the event that there is no bid item for a Ground Water Control and the City 2 requires an Engineered Ground Water Control Plan due to conditions 3 discovered at the site, the contractor will be eligible to submit a change order. 4 f. Control of ground water shall be considered subsidiary to the excavation when: 5 1) No Ground Water Control Plan is specifically identified and required in the 6 Contract Documents 7 g. Ground Water Control Plan installation, operation and maintenance 8 1) Furnish all materials and equipment necessary to implement, operate and 9 maintain the Ground Water Control Plan. 10 2) Once the excavation is complete, remove all ground water control 11 equipment not called to be incorporated into the work. 12 h. Water Disposal 13 1) Dispose of ground water in accordance with City policy or Ordinance. 14 2) Do not discharge ground water onto or across private property without 15 written permission. 16 3) Permission from the City is required prior to disposal into the Sanitary 17 Sewer. 18 4) Disposal shall not violate any Federal, State or local regulations. 19 D. Embedment and Pipe Placement 20 1. Water Lines less than, or equal to, 12 inches in diameter: 21 a. The entire embedment zone shall be of uniform material. 22 b. Utility sand shall be generally used for embedment. 23 c. If ground water is in sufficient quantity to cause sand to pump, then use 24 crushed rock as embedment. 25 1) If crushed rock is not specifically identified in the Contract Documents, 26 then crushed rock shall be paid by the pre -bid unit price. 27 d. Place evenly spread bedding material on a firm trench bottom. 28 e. Provide firm, uniform bedding. 29 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 30 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 31 proposed grade, unless specifically called for in the Drawings. 32 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 33 more than 12 inches, above the pipe. 34 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 35 the elevation of the valve nut. 36 j. Form all blocking against undisturbed trench wall to the dimensions in the 37 Drawings. 38 k. Compact embedment and initial backfill. 39 1. Place marker tape on top of the initial trench backfill in accordance with 40 Section 33 05 26. 41 2. Water Lines 16-inches through 24-inches in diameter: 42 a. The entire embedment zone shall be of uniform material. 43 b. Utility sand may be used for embedment when the excavated trench depth is 44 less than 15 feet deep. 45 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 46 trench depths 15 feet, or greater. 47 d. Crushed rock shall be used for embedment for steel pipe. 48 e. Provide trench geotextile fabric at any location where crushed rock or fine 49 crushed rock come into contact with utility sand CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 12, 2016 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 3305 10-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 20 f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. in. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If 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) f 1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 RIVER'S EDGE PHASE 3B City Project No. 103251 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 3305 10-14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 20 m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit puce. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within f0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. 1. Density test may be performed by City to verify that the compaction of embedment meets requirements. m. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 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 backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. £ Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 RIVER'S EDGE PHASE 3B City Project No. 103251 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 3305 10-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 20 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 RIVER'S EDGE PHASE 3B City Project No. 103251 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 3305 10-16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 20 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 1) Backfill depth from 0 tol5 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material d. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density a. Final backfill (depths less than 15 feet) 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill (depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 RIVER'S EDGE PHASE 3B City Project No. 103251 3305 10-17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 20 1 2) CSS or CLSM requires no compaction. 2 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 3 1) Compact acceptable backfill material blended backfill material, or select 4 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 5 moisture content within -2 to +5 percent of the optimum moisture. 6 4. Saturated Soils 7 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 8 optimum moisture content, the soils are considered saturated. 9 b. Flooding the trench or water jetting is strictly prohibited. 10 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 11 Appendix, Contractor shall proceed with Work following all backfill 12 procedures outlined in the Drawings for areas of soil saturation greater than 5 13 percent. 14 d. If saturated soils are encountered during Work but not identified in Drawings or 15 Geotechnical Report in the Appendix: 16 1) The Contractor shall: 17 a) Immediately notify the City. 18 b) Submit a Contract Claim for Extra Work associated with direction from 19 City. 20 2) The City shall: 21 a) Investigate soils and determine if Work can proceed in the identified 22 location. 23 b) Direct the Contractor of changed backfill procedures associated with 24 the saturated soils that may include: 25 (1) Imported backfill 26 (2) A site specific backfill design 27 5. Placement of Backfill 28 a. Use only compaction equipment specifically designed for compaction of a 29 particular soil type and within the space and depth limitation experienced in the 30 trench. 31 b. Flooding the trench or water setting is strictly prohibited. 32 c. Place in loose lifts not to exceed 12 inches. 33 d. Compact to specified densities. 34 e. Compact only on top of initial backfill, undisturbed trench or previously 35 compacted backfill. 36 f. Remove any loose materials due to the movement of any trench box or shoring 37 or due to sloughing of the trench wall. 38 g. Install appropriate tracking balls for water and sanitary sewer trenches in 39 accordance with Section 33 05 26. 40 6. Backfill Means and Methods Demonstration 41 a. Notify the City in writing with sufficient time for the City to obtain samples 42 and perform standard proctor test in accordance with ASTM D698. 43 b. The results of the standard proctor test must be received prior to beginning 44 excavation. 45 c. Upon commencing of backfill placement for the project the Contractor shall 46 demonstrate means and methods to obtain the required densities. 47 d. Demonstrate Means and Methods for compaction including: 48 1) Depth of lifts for backfill which shall not exceed 12 inches 49 2) Method of moisture control for excessively dry or wet backfill CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 12, 2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 3305 10-18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 20 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request 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. 16 3.5 REPAIR [NOT USED] 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL 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. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths 15 feet and greater deep and under existing or future pavement: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 RIVER'S EDGE PHASE 3B City Project No. 103251 3305 10-19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 20 1 1) The City will perform density testing twice per working day when 2 backfilling operations are being conducted. 3 2) The testing lab shall take a minimum of 3 density tests of the current lift in 4 the available trench. 5 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 6 f. Make the excavation available for testing. 7 g. The City will determine the location of the test. 8 h. The City testing lab will provide results to Contractor and the City's Inspector 9 upon completion of the testing. 10 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 11 j. Test reports shall include: 12 1) Location of test by station number 13 2) Time and date of test 14 3) Depth of testing 15 4) Field moisture 16 5) Dry density 17 6) Proctor identifier 18 7) Percent Proctor Density 19 3. Density of Embedment 20 a. Storm sewer boxes that are embedded with acceptable backfill material, 21 blended backfill material, cement modified backfill material or select material 22 will follow the same testing procedure as backfill. 23 b. The City may test fine crushed rock or crushed rock embedment in accordance 24 with ASTM D2922 or ASTM 1556. 25 B. Non -Conforming Work 26 1. All non -conforming work shall be removed and replaced. 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE [NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 12, 2016 3305 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 20 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement 12/12/16 Z. Arega 2.2.A.l.d Modify gradation for sand material CITY OF FORT WORTH RIVER'S EDGE PHASE 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 12, 2016 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 05 12 WATER LINE LOWERING 330512-1 WATER LINE LOWERING Page 1 of 4 5 A. Section Includes: 6 1. Locations where existing 12-inch or smaller water lines are crossed by a new storm 7 sewer, sanitary sewer or water transmission main and the existing water line is to be 8 lowered under the proposed improvement and no design profile has been provided 9 in the Drawings 10 2. Locations where a new 12-inch or smaller water line is installed and crosses an 11 existing underground conflict which requires the water line to be lowered greater 12 than two feet below the standard depth and has not been detailed in the Drawings 13 3. 16-inch and larger water lines are excluded from this Section and should be 14 specifically designed for lowering and paid for by unit price items 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 19 Contract 20 2. Division 1 — General Requirements 21 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 22 4. Section 33 05 10 — Utility Trench Excavation, Embedment, and Backfill 23 5. Section 33 11 10 —Ductile Iron Pipe 24 6. Section 33 11 11 — Ductile Fittings 25 7. Section 33 11 12 — Polyvinyl Chloride (PVC) Pressure Pipe 26 8. Section 33 12 25 — Connection to Existing Water Main 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 1. Water Line Lowering 30 a. Measurement 31 1) Measurement for this Item shall be per each by size of each Water Line 32 Lower performed. 33 b. Payment 34 1) The work performed and the materials furnished in accordance with this 35 Item shall be paid for at the unit price bid per each "Water Line Lowering" 36 installed for: 37 a) Various Sizes 38 c. The price bid shall include: 39 1) Furnishing and installing Ductile Iron or PVC Pipe and Ductile Iron 40 Fittings CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330512-2 WATER LINE LOWERING Page 2 of 4 2) Polyethylene encasement 2 3) Paving removal 3 4) Excavation 4 5) Hauling 5 6) Disposal of excess material 6 7) Furnishing and placement of embedment 7 8) Furnishing, placement, and compaction of backfill 8 9) Thrust restraint 9 10) Bolts and nuts 10 11) Gaskets 11 12) Clean-up 12 13) Cleaning 13 14) Disinfection 14 15) Testing 15 16) Connections to the existing water line 16 1.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification, unless a date is specifically cited. 21 2. Texas Commission on Environmental Quality (TCEQ) 22 a. Title 30 Texas Administrative Code (TAC) Chapter 290, Public Drinking 23 Water. 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS 34 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 35 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 36 A. Materials 37 1. Ductile Iron Pipe shall conform to Section 33 11 10. 38 2. Ductile Iron Fittings with retainer glands shall conform to Section 33 11 11. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330512-3 WATER LINE LOWERING Page 3 of 4 1 3. Polyvinyl Chloride (PVC) pressure Pipe shall conform to Section 33 11 12. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION 7 A. Evaluation and Assessment 8 1. Verify elevation of conflict which requires the water line to be relocated. 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A. General 1. Water lines lowered to resolve conflicts between the water line and a proposed utility shall be lowered to maintain a 2-foot separation between the outside diameters of the water line and the other buried utilities. a. When approved by the Water Department, the separation may be reduced to 12- inches. b. No exception shall be granted to the criteria in Article 3.4 B of the Section. B. Water Crossing Sanitary Sewer 1. Water lines crossing sanitary sewer shall be in accordance with the TCEQ Title 30 TAC Chapter 290. C. Water Lines Crossing under Storm Drains 1. Water lines crossing within 2 feet below storm drains shall be constructed of Ductile Iron Pipe in accordance with Section 33 11 10. D. Install Ductile Iron Pipe in accordance with Section 33 11 10. E. Install Ductile Iron Fittings with retainer glands in accordance with Section 33 11 11. F. Install Polyvinyl Chloride (PVC) Pressure Pipe in accordance with Section 33 11 12. G. Disinfect and test at the direction of the City. H. Complete connections to the existing main in accordance with Section 33 12 25. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 330512-4 WATER LINE LOWERING Page 4 of 4 Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 3305 13 -1 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 1 of 5 1 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS — CAST IRON 3 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary 8 sewer and storm drain structures such manholes or vaults 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division I — General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. This Item is considered subsidiary to the structure containing the frame, cover 19 and grade rings. 20 2. Payment 21 a. The work performed and the materials furnished in accordance with this Item 22 are subsidiary to the unit price bid per each structure complete in place, and no 23 other compensation will be allowed. 24 1.3 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. ASTM International (ASTM) 30 a. ASTM A48 — Standard Specification for Gray Iron Castings 31 b. ASTM A536 - Standard Specification for Ductile Iron Castings 32 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 33 3. American Association of State Highways and Transportation Officials (AASHTO) 34 a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and 35 Related Castings 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised January 22, 2016 City Project No. 103251 3305 13 -2 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 2 of 5 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/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All castings shall be cast with: 6 a. Approved foundry's name 7 b. Part number 8 c. Country of origin 9 2. Provide manufacturer's: 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e. Installation instructions 15 B. Certificates 16 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 17 designations. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 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 0125 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RIVER'S EDGE PHASE Revised January 22, 2016 City Project No. 103251 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 3305 13 -3 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 3 of 5 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the frame and cover b. Provide with 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 22 1/2 inches for all storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 30 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. C. Grade Rings 1. Provide grade rings in sizes from 2-inch up to 8-inch. 2. Use concrete in traffic loading areas. 3. In non -traffic areas concrete or HDPE can be used. D. Joint Sealant 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 RIVER'S EDGE PHASE 3B City Project No. 103251 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3305 13 -4 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 4 of 5 A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City 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 structures 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 RIVER'S EDGE PHASE 3B City Project No. 103251 1 2 3 4 5 6 7 8 9 10 11 12 13 3305 13 -5 FRAME, COVER, AND GRADE RINGS -CAST IRON Page 5 of 5 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/25/2014 F. Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22 '/2 inches rather than 19 1/4 inches. 1/22/2016 F. Griffin Part 2-2.2-B-4-d-2-a., Cover size updated to 30 inches to match Detail 33 05 16- D417. 8/30/2017 W. Norwood Change specification name to add Cast Iron CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 RIVER'S EDGE PHASE 3B City Project No. 103251 330514-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 7 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 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 1. None. 11 12 13 14 15 16 17 18 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 32 01 17 — Permanent Asphalt paving Repair 4. Section 32 0129 — Concrete Paving Repair 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 13 — Frame, Cover and Grade Rings 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 8. Section 33 39 20 — Precast Concrete Manholes 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 10. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valve 11. Section 33 04 11 — Corrosion Control Test Station 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 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. Manhole — Minor Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment using only grade rings or other minor adjustment devices to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 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 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 3. Manhole - Major Adjustment with Frame and Cover a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 4. Inlet a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 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 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inlet to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 5. Valve Box a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 6. Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 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 330514-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. 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 modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material 8) Permanent asphalt patch or concrete paving repair, as required 9) Clean-up 44 1.3 REFERENCES 45 A. Definitions 46 1. Minor Adjustment 47 a. Refers to a small elevation change performed on an existing manhole where the 48 existing frame and cover are reused. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 2. Major Adjustment 2 a. Refers to a significant elevation change performed on an existing manhole 3 which requires structural modification or when a 24-inch ring is changed to a 4 30-inch ring. 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. Texas Commission on Environmental Quality (TCEQ): 10 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and 11 Related Structures. 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 24 A. Cast -in -Place Concrete 25 1. See Section 03 30 00. 26 B. Modifications to Existing Concrete Structures 27 1. See Section 03 80 00. 28 C. Grade Rings 29 1. See Section 33 05 13. 30 D. Frame and Cover 31 1. See Section 33 05 13. 32 E. Backfill material 33 1. See Section 33 05 10. 34 F. Water valve box extension 35 1. See Section 33 12 20. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 G. Corrosion Protection Test Station 2 1. See Section 33 04 11. 3 H. Cast -in -Place Concrete Manholes 4 1. See Section 33 39 10. 5 I. Precast Concrete Manholes 6 1. See Section 33 39 20. 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION 12 A. Verification of Conditions 13 1. Examine existing structure to be adjusted, for damage or defects that may affect 14 grade adjustment. 15 a. Report issue to City for consideration before beginning adjustment. 16 3.3 PREPARATION 17 A. Grade Verification 18 1. On major adjustments confirm any grade change noted on Drawings is consistent 19 with field measurements. 20 a. If not, coordinate with City to verify final grade before beginning adjustment. 21 3.4 ADJUSTMENT 22 A. Manholes, Inlets, and Miscellaneous Structures 23 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 24 30-inch frame and cover assembly per TCEQ requirement. 25 2. On manhole major adjustments, inlets and miscellaneous structures protect the 26 bottom using wood forms shaped to fit so that no debris blocks the invert or the 27 inlet or outlet piping in during adjustments. 28 a. Do not use any more than a 2-piece bottom. 29 3. Use the least number of grade rings necessary to meet required grade. 30 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 31 rings. 32 b. The maximum height of adjustment shall be no more than 12 inches for any 33 combination of grade rings. If 12 inches is required, use 3 — 4 inch rings. 34 B. Valve Boxes 35 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 36 the Drawings. 37 C. Backfill and Grading CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 1 1. Backfill area of excavation surrounding each adjustment in accordance to Section 2 3305 10. 3 D. Pavement Repair 4 1. If required pavement repair is to be performed in accordance with Section 32 01 17 5 or Section 32 0129. 6 3.5 REPAIR / RESTORATION [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 17 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330516-1 CONCRETE WATER VAULTS Pagel of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 05 16 CONCRETE WATER VAULTS 5 A. Section Includes: 6 1. Concrete vaults to be used in water utility applications 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 03 30 00 — Cast -In -Place Concrete 14 4. Section 03 80 00 — Modifications to Existing Concrete Structures 15 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to Water Meter and Vault. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item are 22 subsidiary to the unit price bid per each "Water Meter and Vault" complete in 23 place and no other compensation will be allowed. 24 1.3 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. American Association of State Highway and Transportation Officials (AASHTO). 30 3. American Concrete Institute (ACI): 31 a. 350, Code Requirements for Environmental Engineering Concrete Structures 32 and Commentary. 33 4. ASTM International (ASTM): 34 a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 35 Concrete Reinforcement. 36 b. C857, Standard Practice for Minimum Structural Design Loading for 37 Underground Precast Concrete Utility Structures 38 c. C858, Standard Specification for Underground Precast Concrete Utility 39 Structures CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330516-2 CONCRETE WATER VAULTS Page 2 of 5 1 d. C891, Standard Practice for Installation of Underground Precast Concrete 2 Utility Structures. 3 e. C923, Standard Specification for Resilient Connectors Between Reinforced 4 Concrete Manholes Structures, Pipes, and Laterals. 5 5. Occupational Safety and Health Administration (OSHA) 6 a. 1910.23, Guarding Floor and Wall Openings and Holes 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to delivery. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Product Data 13 1. Precast Concrete Vault 14 2. Connection materials 15 3. Pipe connections at vault walls 16 4. Stubs and stub plugs 17 5. Grade ring 18 6. Ladder 19 7. External coating material 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE 23 A. Qualifications 24 1. Meet the requirements of ACI 318. 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Deliver vault or panels (units) to project site in such quantity to assure continuity of 27 installation. 28 B. Store units at the project site in a manner which prevents cracking, distortion, staining 29 or other physical damage. 30 C. Lift units by designed lifting points or supports. 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY 33 A. Manufacturer Warranty 34 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330516-3 CONCRETE WATER VAULTS Page 3 of 5 PART2- PRODUCTS 2 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 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 0160 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 0125 00. 10 B. Performance / Design Criteria 11 1. Vault 12 a. Vault dimensions per the Drawings 13 b. Opening per the Drawings 14 c. Incorporate a sump into the base or floor of the vault. 15 1) Avoid conflicts with piping. 16 2) Do not locate directly under the access location if applicable. 17 d. Place floor on a minimum 2 percent slope towards the sump. 18 2. Water Pipe Penetrations 19 a. Use adjustable -linked rubber seal devices or grout, as shown in Drawings, to 20 provide seals around pipe penetrations. 21 3. Vault Access 22 a. Cover / Door 23 1) For non -traffic areas — non H-20 loading 30-inch x 36-inch steel single leaf 24 door, Bilco Type J model or approved equal 25 2) For traffic areas — 32-inch hinged ductile iron frame and cover or as shown 26 in manhole lid assembly in Drawings 27 3) With steel door, provide an automatic hold -open arm with release handle 28 and locking device. 29 4) Provide Bilco type fall protection grating under aluminum door that meets 30 OSHA 29 CFR 1910.23 requirements or approved equal. 31 5) Incorporate a drain gutter with an outlet routed to the exterior of the vault 32 lid. 33 b. Ladder 34 1) Provide aluminum ladder by Heron Industries or approved equal. 35 2) Provide ladder to dimensions shown on Drawings. 36 C. Materials 37 1. Concrete for utility construction — Conform to Section 03 30 00. 38 2. Frame and Cover — Conform to Section 33 05 13. 39 3. Grade Ring — Conform to Section 33 05 13 and ASTM C 478. 40 4. Reinforcing Steel — Conform to Section 03 30 00. 41 5. Sewer Pipe Connections — Conform to ASTM C923 or ASTM C1628. 42 6. Adjustable -linked rubber seal devices 43 a. Manufactured by Link -Seal or approved equal 44 7. Interior Coating or Liner — Conform to Section 33 39 60. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330516-4 CONCRETE WATER VAULTS Page 4 of 5 1 8. Exterior Coating 2 a. Coal Tar Bitumastic for below grade damp proofing 3 b. Dry film thickness (DFT) no less than 12 mils and no greater than 30 mils 4 c. Solids content is 68 percent by volume 12 percent. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION 10 A. Evaluation and Assessment 11 1. Verify lines and grades are in accordance to the Drawings. 12 3.3 PREPARATION [NOT USED] 13 3.4 INSTALLATION 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. General 1. Vault a. Perform installation in accordance to ASTM C891. b. Construct vault to dimensions shown on Drawings. c. Precast Sections 1) Clean bell spigot and gaskets a) Lubricate and join 2) Minimize number of segments. d. Vault Base 1) Place vault base on 6-inch minimum base of compacted crushed rock (per Section 33 05 10) over undisturbed soils and grade level to elevation shown on the Drawings. 2. Water Pipe Penetrations a. Install adjustable -linked rubber seal devices around pipe penetrations in accordance with the manufacturer's recommendation. 3. Modifications and pipe penetrations into vaults shall conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 330516-5 CONCRETE WATER VAULTS Page 5 of 5 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 1K\ ILmO0MXONY1:1101 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330517-1 CONCRETE COLLARS Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 05 17 CONCRETE COLLARS 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 03 30 00 — Cast -In -Place Concrete 14 4. Section 03 80 00 — Modifications to Existing Concrete Structures 15 5. Section 33 05 13 — Frame, Cover, and Grade Rings 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Manhole 19 a. Measurement 20 1) Measurement for this Item shall be per each. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each "Concrete Collar" 24 installed. 25 c. The price bid will include: 26 1) Concrete Collar 27 2) Excavation 28 3) Forms 29 4) Reinforcing steel (if required) 30 5) Concrete 31 6) Backfill 32 7) Pavement removal 33 8) Hauling 34 9) Disposal of excess material 35 10) Placement and compaction of backfill 36 11) Clean-up 37 12) Additional pavement around perimeter of concrete collar as required for 38 rim adjustment on existing manhole. 39 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330517-2 CONCRETE COLLARS Page 2 of 3 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 21 A. Materials 22 1. Concrete — Conform to Section 03 30 00. 23 2. Reinforcing Steel — Conform to Section 03 2100. 24 3. Frame and Cover— Conform to Section 33 05 13. 25 4. Grade Ring — Conform to Section 33 05 13. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 330517-3 CONCRETE COLLARS Page 3 of 3 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 11 11 DUCTILE IRON FITTINGS 33It11-1 DUCTILE IRON FITTINGS Page 1 of 13 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 03 30 00 — Cast -in -Place Concrete 17 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 18 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 19 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 1105 — Bolts, Nuts, and Gaskets 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Water Fittings with Restraint 24 a. Measurement 25 1) Shall be per ton of fittings supplied 26 2) Fittings weights are the sum of the various types of fittings multiplied by 27 the weight per fitting as listed in AWWA/ANSI C 153/A21.53. 28 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 29 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 30 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 31 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 32 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 33 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 34 measured in accordance with AWWA/ANSI CI53/A21.53. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under "Measurement' will be paid for at the unit 38 price bid per ton of "Ductile Iron Water Fittings with Restraint'. 39 c. The price bid shall include: 40 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 41 Drawings CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 33 11 11 -2 DUCTILE IRON FITTINGS Page 2 of 13 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI CI53/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C 110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI CI53/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 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 33 11 11 -3 DUCTILE IRON FITTINGS Page 3 of 13 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting, consisting of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSI/AWWA C110/A21.10. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 4. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. c. M41, Ductile -Iron Pipe and Fittings. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C I04/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C 110/A21.10, Ductile -Iron and Gray -Iron Fittings. d. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. e. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. £ C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 6. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 7. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 313 City Project No. 103251 33 11 11 -4 DUCTILE IRON FITTINGS Page 4 of 13 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Ductile Iron Fittings 9 a. Pressure class 10 b. Interior lining 11 c. Joint types 12 2. Polyethylene encasement and tape 13 a. Planned method of installation 14 b. Whether the film is linear low density or high density cross linked polyethylene 15 c. The thickness of the film provided 16 3. The interior lining, if it is other than cement mortar lining in accordance with 17 AWWA/ANSI C104/A21.4 18 a. Material 19 b. Application recommendations 20 c. Field touch-up procedures 21 4. Thrust Restraint 22 a. Retainer glands 23 b. Thrust harnesses 24 c. Any other means 25 5. Gaskets 26 a. Provide Gaskets in accordance with Section 33 11 05. 27 6. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10. 30 7. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 1105. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C115. 35 a) Provide bolts and nuts in accordance with Section 33 1105. 36 8. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 39 Tape System in accordance with Section 33 1105. 40 B. Certificates 41 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 42 meet the provisions of this Section and meet the requirements of AWWA/ANSI 43 C110/A21.10 or AWWA/ANSI C153/A21.53. 44 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 33 11 11 -5 DUCTILE IRON FITTINGS Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 7 performed under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C110/A21.10 or AWWA/ANSI C153/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein will be 17 grounds for rejecting the entire order. 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 21 2. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 0160 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 0125 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 36 AWWA/ANSI C153/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 39 the pipe which the fitting is connected, unless specifically indicated in the 40 Drawings. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 33 11 11 -6 DUCTILE IRON FITTINGS Page 6 of 13 1 4. Fittings Markings 2 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 3 b. Minimum markings shall include: 4 1) "DI" or "Ductile" cast or metal stamped on each fitting 5 2) Applicable AWWA/ANSI standard for that the fitting 6 3) Pressure rating 7 4) Number of degrees for all bends 8 5) Nominal diameter of the openings 9 6) Year and country fitting was cast 10 7) Manufacturer's mark 11 5. Joints 12 a. Mechanical Joints with mechanical restraint 13 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of 14 ANSI/AWWA CI IO/A21.10. 15 2) The retainer gland shall have the following working pressure ratings based 16 on size and type of pipe: 17 a) Ductile Iron Pipe 18 (1) 3-inch — 16-inch, 350 psi 19 (2) 18-inch — 48-inch, 250 psi 20 b) PVC C900 and C905 21 (1) 3-inch — 12-inch, 305psi 22 (2) 14-inch — 16-inch, 235psi 23 (3) 18-inch — 20-inch, 200psi 24 (4) 24-inch — 30 —inch 165psi 25 c) Ratings are for water pressure and must include a minimum safety 26 factor of 2 to 1 in all sizes 27 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it 28 should be easy to differentiate between the 2. 29 4) Gland body, wedges and wedge actuating components shall be cast from 30 grade 65-45-12 ductile iron material in accordance with ASTM A536. 31 5) Mechanical joint restraint shall require conventional tools and installation 32 procedures per AWWA C600, while retaining full mechanical joint 33 deflection during assembly as well as allowing joint deflection after 34 assembly. 35 6) Proper actuation of the gripping wedges shall be ensured with torque 36 limiting twist off nuts. 37 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. 38 b. Push -On, Restrained Joints 39 1) Restraining Push -on joints by means of a special gasket 40 a) Only those products that are listed in 01 60 00 41 b) The working pressure rating of the restrained gasket must exceed the 42 test pressure of the pipe line to be installed. 43 c) Approved for use of restraining Ductile Iron Pipe in casing with a 44 carrier pipe of 4-inches to 12-inches 45 d) Otherwise only approved if specially listed on the drawings 46 2) Push -on Restrained Joint bell and spigot 47 a) Only those products list in the standard products list will be allowed for 48 the size listed in the standard products list per Section 0160 00 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 33 11 11 -7 DUCTILE IRON FITTINGS Page 7 of 13 b) Pressure rating shall exceed the working and test pressure of the pipe line c. Flanged Joints 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 3) Field fabricated flanges are prohibited. 6. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 7. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 8. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 1105. 9. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 1105. 10. Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. 11. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 33 11 11 -8 DUCTILE IRON FITTINGS Page 8 of 13 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section 0160 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 33 11 11 -9 DUCTILE IRON FITTINGS Page 9 of 13 1 b) Care should betaken that the joint compound is smooth without excess 2 buildup in the gasket seat or on the spigot ends. 3 c) Coat the gasket seat and spigot ends after the application of the lining. 4 4) Surface preparation shall be in accordance with the manufacturer's 5 recommendations. 6 5) Check thickness using a magnetic film thickness gauge in accordance with 7 the method outlined in SSPC PA 2. 8 6) Test the interior lining of all fittings for pinholes with a non-destructive 9 2,500 volt test. 10 a) Repair any defects prior to shipment. 11 7) Mark each fitting with the date of application of the lining system along 12 with its numerical sequence of application on that date and records 13 maintained by the applicator of his work. 14 8) For all Ductile Iron Fittings in wastewater service where the fitting has 15 been cut, coat the exposed surface with the touch-up material as 16 recommended by the manufacturer. 17 a) The touch-up material and the lining shall be of the same manufacturer. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. General 26 1. Install fittings, specials and appurtenances as specified herein, as specified in 27 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 28 recommendations. 29 2. Lay fittings to the lines and grades as indicated in the Drawings. 30 3. Excavate and backfill trenches in accordance with 33 05 10. 31 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 32 B. Joint Making 33 1. Mechanical Joints with required mechanical restraint 34 a. All mechanical joints require mechanical restraint. 35 b. Bolt the retainer gland into compression against the gasket, with the bolts 36 tightened down evenly then cross torqued in accordance with AWWA C600. 37 c. Overstressing of bolts to compensate for poor installation practice will not be 38 permitted. 39 2. Push -on Joints (restrained) 40 a. All push -on joints shall be restrained push -on type. 41 b. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 42 c. Wipe clean the gasket seat inside the bell of all extraneous matter. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 33 11 11 -10 DUCTILE IRON FITTINGS Page 10 of 13 d. Place the gasket in the bell in the position prescribed by the manufacturer. e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. £ When using a field cut plain end piece of pipe, refinished the field cut and scarf to conform to AWWA M-41. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in 1 direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. C. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between fittings and polyethylene. b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase with minimum space between polyethylene and fittings. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings, and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than fittings section. b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears fittings ends. c. Lower fittings into trench with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling fittings make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the fitting and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 33 11 11 -11 DUCTILE IRON FITTINGS Page 11 of 13 1 g. Take up slack width at top of fitting to make a snug, but not tight, fit along 2 barrel of fitting, securing fold at quarter points. 3 h. Repair cuts, tears, punctures or other damage to polyethylene. 4 i. Proceed with installation of next fitting in same manner. 5 3. Tubular Type (Method B) 6 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 7 section. 8 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 9 end. 10 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 11 barrel of fitting, securing fold at quarter points; secure ends. 12 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 13 proceeding pipe section, bunching it accordion -fashion lengthwise. 14 e. After completing joint, pull 3-foot length of polyethylene over joint, 15 overlapping polyethylene previously installed on each adjacent section of pipe 16 by at least 1 foot; make each end snug and secure. 17 4. Sheet Type 18 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 19 section. 20 b. Center length to provide 1-foot overlap on each fitting, bunching it until it 21 clears the fitting ends. 22 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 23 quadrant of fitting. 24 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 25 e. Lower wrapped fitting into trench with preceding section of pipe. 26 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 27 g. After completing joint, make overlap and secure ends. 28 h. Repair cuts, tears, punctures or other damage to polyethylene. 29 i. Proceed with installation of fittings in same manner. 30 5. Pipe -Shaped Appurtenances 31 a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with 32 polyethylene in same manner as pipe and fittings. 33 6. Odd -Shaped Appurtenances 34 a. When it is not practical to wrap valves, tees, crosses and other odd -shaped 35 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 36 sheet under appurtenances and bringing it up around body. 37 b. Make seams by bringing edges together, folding over twice and taping down. 38 c. Tape polyethylene securely in place at the valve stem and at any other 39 penetrations. 40 7. Repairs 41 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 42 or with short length of polyethylene sheet or cut open tube, wrapped around 43 fitting to cover damaged area, and secure in place. 44 8. Openings in Encasement 45 a. Provide openings for branches, service taps, blow -offs, air valves and similar 46 appurtenances by making an X-shaped cut in polyethylene and temporarily 47 folding back film. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 33 11 11 -12 DUCTILE IRON FITTINGS Page 12 of 13 1 b. After appurtenance is installed, tape slack securely to appurtenance and repair 2 cut, as well as other damaged area in polyethylene with tape. 3 c. Service taps may also be made directly through polyethylene, with any 4 resulting damaged areas being repaired as described above. 5 9. Junctions between Wrapped and Unwrapped Fittings 6 a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, 7 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 8 b. Secure end with circumferential turns of tape. 9 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 10 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 11 Fittings. 12 D. Blocking 13 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 14 crosses and plugs in the pipe lines as indicated in the Drawings. 15 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 16 normal to the thrust. 17 3. The supporting area for each block shall be at least as great as that indicated on the 18 Drawings and shall be sufficient to withstand the thrust, including water hammer, 19 which may develop. 20 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 21 5. If the Contractor encounters soil that appears to be different than that which was 22 used to calculate the blocking according to the Drawings, the Contractor shall 23 notify the Engineer prior to the installation of the blocking. 24 3.5 REPAIR/RESTORATION 25 A. Patching 26 1. Excessive field -patching is not permitted of lining or coating. 27 2. Patching of lining or coating will be allowed where area to be repaired does not 28 exceed 100 square inches and has no dimensions greater than 12 inches. 29 3. In general, there shall not be more than 1 patch on either the lining or the coating of 30 any fitting. 31 4. Wherever necessary to patch the fitting: 32 a. Make patch with cement mortar as previously specified for interior joints. 33 b. Do not install patched fitting until the patch has been properly and adequately 34 cured and approved for laying by the City. 35 c. Promptly remove rejected fittings from the site. 36 3.6 RE -INSTALLATION [NOT USED] 37 3.7 FIELD [OR] SITE QUALITY CONTROL 38 A. Potable Water Mains 39 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 40 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 41 main as specified in Section 33 04 40. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 33 11 11 -13 DUCTILE IRON FITTINGS Page 13 of 13 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 33 11 12-1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 8 SECTION 33 1112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 36-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. 33 0131 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 16, 2018 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up in. Cleaning n. Disinfection o. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 60 IN, for Water Transmission and Distribution. d. M23, PVC Pipe — Design and Installation. e. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. 6. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 16, 2018 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 8 d. Joint Types 2. Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint 3. Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 16, 2018 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 8 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS ]NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 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 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter Min Pressure Class (inch) (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 16, 2018 33 11 12-5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 C. Pressure and Deflection Design Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (PW) = 150 psi g. Surge Allowance (PS) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 16, 2018 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 4. Joints a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push -on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non -toxic and NSF approved for potable water applications. d. Push -On Restrained Joints shall only be as approved in the Standard Products List in Section 0160 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 16, 2018 33 11 12 - 7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 2. Push -on Joints a. Install Push -On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 16, 2018 33 11 12 - 8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 16, 2018 331210-1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 17 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new "Water Service" complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10 - 2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 17 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Meter Box and Lid 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro -mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing Water Meter Service Reconnect a. Measurement 1) Measurement for this Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. b. Payment CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10-3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 17 1) The work performed in conjunction with relocation of the meter, associated private service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service, Reconnection" installed for: a) Various size of services c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro -mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 4. Private Water Service Relocation a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Water Service" performed for: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 4) Private service line 5) Fittings 6) Backflow preventer, check valve, and isolation valve relocation, if applicable 7) Connection to existing private service line 8) Pavement removal and replacement 9) Excavation 10) Hauling 11) Disposal of excess material CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10 - 4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 17 12) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. £ C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. C857 (RL), Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10-5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 17 i. D883, Standard Terminology Relating to Plastics. j. D1693, Standard Test Method for Environmental Stress -Cracking of Ethylene Plastics 3. American Water Works Association (AWWA): a. C700, Cold -Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 6. General Services Administration (GSA): a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 331210-6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 17 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 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 0125 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 331210-7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 17 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 1/4 inch per foot or 0.1458 inch per inch f 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there -through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 '/z -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter -clockwise. e. Overall Length CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10-8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 17 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1 /32 inch + 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide 0-ring seal at top and bottom. a) 0-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 0-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide 0-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- shaped seal rings backed with 0-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double 0-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 17 f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Shall be double straps 4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 5) Straps shall be threaded 5/8 inch (I I-NC-2A) for a distance such that''/z inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (I I-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 %2-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. 4) Drop -in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 17 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to 1 %2 -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) 0-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop -in gasket or an 0-ring seal depending on the manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of 1) Polymer, black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway — designed to withstand loading in non - deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C 131 (2) Minimum 28 day compressive strength of 3,000 psi CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10 - 11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 17 b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2" x 3-1/4". e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-inch or 1-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not less than 10 inches x 16 inches, 12 inches high 3) Concrete a) Size: working area not less than 10-inches x 16-inches, 12 inches high f. 2-inch Standard Meter Box (Class C) 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches high g. Bullhead Standard Meter Box (Class B) 1) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth `Molly' logo molded into the lid. 3) Bear the Manufacturer's IS (name or logo) and Country of Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread -plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end -point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8" deep. 11) Have built-in anti -flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 17 4) Dimensions shall be within industry standards of 11/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary f5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall : a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. (2) Be designed to fit a concrete box/cast iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a `knock -out" plug to accept the AMI end- point. Knock -out diameter shall be 1-7/8 inch diameter. A removable plug may be substituted for the knock -out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (8) Exterior free from seams or parting lines. (9) Have a molded tread -pattern- tread dimensions shall be .188-inch x .938-inch x .150-inch deep. (10) Have "City of Fort Worth" molded into the lid. (11) Have "Water Meter" molded into the lid- Font shall be standard Fadal CNC font with 1-inch characters x .150-inch deep. (12) Have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thm Hole with 3/16-inch 304 stainless steel rod. (13) Have 2 pieces of'h-inch rebar located in lid pockets for locatability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only -Made in USA molded on Lid. c) Not to be installed in roadway or parking area d) Be designed to withstand H-10 loading for non -deliberate and incidental traffic only as . e) Have ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid (Class A) a) For use with services utilizing 5/8-inch x 3/4-inch, 3/4-inch or 1-inch meter Single or Dual service meter. b) Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid (Class C) a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 17 b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid (Class B) a) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or f- inch Single service meter: b) Size: 16-5/8-inch x 14-5/8-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip 1 1/2-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer's name b. Type c. Size of Pipe CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 17 PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 3/4-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of- 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10 - 15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 17 (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter '/2 inch to 3/4 inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10 - 16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 17 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 33 12 10 - 17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 17 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 14, 2017 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 1 SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 2. Gate valves larger than 24-inches may be approved by the City on a case -by -case 10 basis. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1 — General Requirements 17 3. Section 33 1105 — Bolts, Nuts, and Gaskets 18 4. Section 33 11 10 — Ductile Iron Pipe 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Gate Valve 22 a. Measurement 23 1) Measurement for this Item shall be per each. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each "Gate Valve" installed 27 for: 28 a) Various sizes 29 c. The price bid shall include: 30 1) Furnishing and installing Gate Valves with connections as specified in the 31 Drawings 32 2) Valve box 33 3) Extension 34 4) Extensions for valves in vaults 35 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 36 6) Petrolatum tape for connections to steel flanges 37 7) 2-inch risers (for 16-inch and larger gate valves) 38 8) Isolation kits when installed with flanged connections 39 9) Polyethylene encasement 40 10) Pavement removal CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 33 12 20 - 2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 1 11) Excavation 2 12) Hauling 3 13) Disposal of excess material 4 14) Furnishing, placement and compaction of embedment 5 15) Furnishing, placement and compaction of backfill 6 16) Clean-up 7 17) Cleaning 8 18) Disinfection 9 19) Testing 10 2. Cut -in Gate Valve 11 a. Measurement 12 1) Measurement for this Item shall be per each. 13 b. Payment 14 1) The work performed and the materials furnished in accordance with this 15 Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" 16 installed for: 17 a) Various sizes 18 c. The price bid shall include: 19 1) Furnishing and installing Gate Valves with connections as specified in the 20 Drawings 21 2) System dewatering 22 3) Connections to existing pipe materials 23 4) Valve box 24 5) Extension 25 6) Extensions for valves in vaults 26 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 27 8) Petrolatum tape for connections to steel flanges 28 9) 2-inch risers (for 16-inch and larger gate valves) 29 10) Isolation kits when installed with flanged connections 30 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 31 12) Polyethylene encasement 32 13) Pavement removal 33 14) Excavation 34 15) Hauling 35 16) Disposal of excess material 36 17) Furnishing, placement and compaction of embedment 37 18) Furnishing, placement and compaction of backfill 38 19) Clean-up 39 20) Cleaning 40 21) Disinfection 41 22) Testing 42 1.3 REFERENCES 43 A. Abbreviations and Acronyms 44 1. NRS — Non Rising Stem 45 2. OS&Y — Outside Screw and Yoke 46 B. Reference Standards CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4. American Iron and Steel Institute (AISI). 5. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d. A536, Standard Specification for Ductile Iron Castings. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 6. 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. 7. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. 8. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 39 supplied, including: 40 a. Dimensions, weights, material list, and detailed drawings 41 b. Joint type 42 c. Maximum torque recommended by the manufacturer for the valve size 43 2. Polyethylene encasement and tape CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 33 12 20 - 4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 1 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint, if required by contract Documents 4 a. Retainer glands 5 b. Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 11 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of 1 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. For valves equipped with a bypass, the bypass valve must be of the same 37 manufacturer as the main valve. 38 e. Resilient Seated Gate Valves shall be new. 39 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 40 successful experience manufacturing of Resilient Seated Gate Valves of similar 41 service and size, and indicated or demonstrate an experience record that is 42 satisfactory to the Engineer and City. This experience record will be thoroughly 43 investigated by the Engineer, and acceptance will be at the sole discretion of the 44 Engineer and City. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 1 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 2 bypass; that are not manufactured within the United States of America, shall be 3 manufactured by factories/foundries that are owned or controlled (partial 4 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 6. Secure and maintain a location to store the material in accordance with Section 01 19 6600. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division 1. 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Description 34 1. Regulatory Requirements 35 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 36 shall meet or exceed the requirements of this Specification. 37 b. All valve components in contact with potable water shall conform to the 38 requirements of NSF 61. 39 C. Materials CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI C 115/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 e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 2. Wedge (Gate) a. Resilient wedge: rated at 250 prig cold water working pressure b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. 3. Bypass a. For gate valves using a double roller, track and scrapper system, an integrally cast bypass on the body of the valve is required_ 1) Orient the bypass on the same side of the gate valve as the spur gear to allow operation of both valves from the manhole opening. 2) The bypass shall be a minimum 4-inch in size. 4. 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) or as specified in 2.2.C.4.b. 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) 5. Bolts and Nuts a. Mechanical Joints a) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 3) Flanged isolation kits shall be provided when connecting to buried steel or concrete pressure pipe. Kits shall conform to Section 33 04 10. 6. 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 B 16.1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concrete pressure pipe a) Use flange joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints with mechanically restrained retainer glands unless otherwise specified in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 5 operating nut base. 6 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 7 direction. Nut shall be painted red per AWWA specifications 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 9 from transferring torque to that shaft or the gear box that exceeds the 10 manufacturer's recommended torque. 11 £ Furnish handwheel operators for non -buried service, or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied by the manufacturer of the valve 17 as an integral part of the gate valve. 18 9. Gaskets 19 a. Provide gaskets in accordance with Section 33 1105. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground, when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve -operating nut 28 c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 33 boxes and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 1/4-inch 35 shafts, screw type, consisting of a top section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 01 60 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in 43 raised letters on the upper surface. 44 £ Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 45 1) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 331220-8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 10 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position. 24 4. If access and operation of the valve meet the City's criteria, then the valve will be 25 accepted as installed. 26 B. Non -Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 33 12 20 - 9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 104eI 1ZI] I&1 ON I to] ►I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 331225-1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 1 SECTION 33 12 25 2 CONNECTION TO EXISTING WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Connection to existing water mains to include, but not limited to: 7 a. Cutting in a tee for a branch connection 8 b. Extending from an existing water main 9 c. Installing a tapping sleeve and valve 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 17 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 5. Section 33 05 30 — Location of Existing Utilities 19 6. Section 33 1105 — Bolts, Nuts, and Gaskets 20 7. Section 33 11 10 —Ductile Iron Pipe 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Connection to an existing unpressurized Fort Worth Water Distribution System 24 Main that does not require the City to take part of the water system out of service 25 a. Measurement 26 1) This Item is considered subsidiary to the water pipe being installed. 27 b. Payment 28 1) The work performed and the materials furnished in accordance with this 29 Item are subsidiary to the unit price bid per linear foot of water pipe 30 complete in place, and no other compensation will be allowed. 31 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 32 that requires a shutdown of some part of the water system 33 a. Measurement 34 1) Measurement for this Item shall be per each connection completed. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each "Connection to Existing 38 Water Main" installed for: 39 a) Various sizes of existing water distribution main CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 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 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 c. The price bid shall include all aspects of making the connection including, but not limited to: 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 pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 6, 2013 River's Edge Phase 3B City Project No. 103251 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American Society of Mechanical Engineers (ASME): 7 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 8 3. ASTM International (ASTM): 9 a. A36, Standard Specification for Carbon Structural Steel. 10 b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 11 High Temperature or High Pressure Service and Other Special Purpose 12 Applications 13 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 14 Pressure or High Temperature Service, or Both 15 d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 16 e. A283, Standard Specification for Low and Intermediate Tensile Strength 17 Carbon Steel Plates. 18 f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- 19 and Intermediate -Tensile Strength. 20 g. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 21 h. D2000, Standard Classification System for Rubber Products in Automotive 22 Applications. 23 4. American Water Works Association (AWWA): 24 a. C200, Steel Water Pipe - 6 IN and Larger. 25 b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. 26 c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel 27 Water Pipelines. 28 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 29 5. American Water Works Association/American National Standards Institute 30 (AWWA/ANSI): 31 a. C I05/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 32 b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and 33 Fittings. 34 c. CI 15A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron 35 Threaded Flanges. 36 6. NSF International (NSF): 37 a. 61, Drinking Water System Components —Health Effects. 38 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 39 (MSS): 40 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 41 1.4 ADMINISTRATIVE REQUIREMENTS 42 A. Pre -installation Meetings 43 1. Required for any connections to an existing, pressurized 16-inch or larger City 44 water distribution system main that requires a shutdown of some part of the water 45 system CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 1 2. May also be required for connections that involve shutting water service off to 2 certain critical businesses 3 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time 4 for the work to occur. 5 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 6 5. Review work procedures as submitted and any adjustments made for current field 7 conditions. 8 6. Verify that all valves and plugs to be used have adequate thrust restraint or 9 blocking. 10 7. Schedule a test shutdown with the City. 11 8. Schedule the date for the connection to the existing system. 12 B. Scheduling 13 1. Schedule work to make all connections to existing 16-inch and larger mains: 14 a. During the period from November through April, unless otherwise approved by 15 the City 16 b. During normal business hours from Monday through Friday, unless otherwise 17 approved by the City 18 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 19 planned disruption to the existing water system. 20 a. In the event that other water system activities do not allow the existing main to 21 be dewatered at the requested time, schedule work to allow the connection at an 22 alternate time acceptable to the City. 23 1) If water main cannot be taken out of service at the originally requested 24 time, coordination will be required with the City to discuss rescheduling 25 and compensation for mobilization. 26 2) No additional payment will be provided if the schedule was altered at the 27 Contractor's request. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 31 specials. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product Data, if applicable 34 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 35 a. Dimensions, weights, material list, and detailed drawings 36 b. Maximum torque recommended by the manufacturer for the valve by size 37 B. Submittals 38 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 39 by City that includes: 40 a. Results of exploratory excavation 41 b. Dewatering 42 c. Procedure for connecting to the existing water main CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 1 d. Time period for completing work from when the water is shut down to when 2 the main is back in service 3 e. Testing and repressurization procedures 4 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 5 must be certified and provide Welding Certificates, upon request, in accordance 6 with AWWA C200. 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY, STORAGE, AND HANDLING 11 A. Storage and Handling Requirements 12 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 13 from the time of shipment until installation is completed. 14 2. Protect all equipment and parts against any damage during a prolonged period at the 15 site. 16 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 17 built and securely bolted thereto. 18 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 19 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 20 extremes in temperature. 21 6. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY 25 A. Manufacturer Warranty 26 1. Manufacturer's Warranty shall be in accordance with Division 1. 27 PART 2 - PRODUCTS 28 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 29 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 30 A. Manufacturers 31 1. Only the manufacturers as listed by the City's Standard Products List will be 32 considered as shown in Section 0160 00. 33 a. The manufacturer must comply with this Specification and related Sections. 34 2. Any product that is not listed on the Standard Products List is considered a 35 substitution and shall be submitted in accordance with Section 0125 00. 36 B. Description 37 1. Regulatory Requirements CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 1 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 2 this Specification. 3 b. All valve components in contact with potable water shall conform to the 4 requirements of NSF 61. 5 C. Tapping Sleeve Materials 6 1. Body 7 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM 8 A36 Steel or equal 9 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 10 applied per AWWA C213. 11 c. All buried tapping sleeves shall be provided with polyethylene encasement in 12 accordance with AWWA/ANSI C105/A21.5. 13 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 14 2. Flange 15 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 16 B 16.1 Class 125. 17 b. Recessed for tapping valve per MSS SP-60 18 3. Bolts and Nuts 19 a. Flanged Ends 20 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 21 material. 22 2) Provide bolts and nuts in accordance with Section 33 11 05. 23 4. Gaskets 24 a. Provide gaskets in accordance with Section 33 1105. 25 5. Test Plug 26 a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION 32 A. Verification of Conditions 33 1. Verify by exploratory excavation, if needed, that existing water main is as depicted 34 in the Drawings and that the location is suitable for a connection to the existing 35 water main. 36 a. Excavate and backfill trench for the exploratory excavation in accordance with 37 3305 10. 38 2. Verify that all equipment and materials are available on —site prior to the shutdown 39 of the existing main. 40 3. Pipe lines shall be completed, tested and authorized for connection to the existing 41 system in accordance with Section 33 04 40. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1. Upon disruption of the existing water main, continue work until the connection is 5 complete and the existing water main is back in service. 6 B. Procedure 7 1. Expose the proposed connection point in accordance with Section 33 05 10. 8 2. Dewater the existing water line so the chlorinated water is not unlawfully 9 discharged. 10 3. Maintain the water that may bleed by existing valves or plugs during installation 11 within the work area to a reasonable level. 12 a. Control the water in such a way that it does not interfere with the proper 13 installation of the connection or create a discharge of chlorinated water. 14 4. If any discharge of chlorinated water occurs, discharged water shall be de- 15 chlorinated in accordance with Section 33 04 40 16 5. Cut and remove existing water main in order to make the connection. 17 6. Verify that the existing pipe line is suitable for the proposed connection. 18 7. Place trench foundation and bedding in accordance with 33 05 10. 19 8. In the event that a tapping sleeve and valve is used, the coupon from the existing 20 water main shall be submitted to the City. 21 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 22 10. Establish thrust restraint as provided for in the Drawings. 23 11. Clean and disinfect the pipeline associated with the connection in accordance with 24 Section 33 04 40. 25 12. Place embedment to the top of the pipe zone. 26 13. Request that the City Valve Crew re -pressurize the pipeline. 27 14. Directionally flush the connection in accordance with Section 33 04 40. 28 15. Request that City Valve Crew open all remaining valves. 29 3.5 REPAIR/RESTORATION [NOT USED] 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised February 6, 2013 331230-1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 1 of 8 1 SECTION 33 12 30 2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 2-inch through 8-inch Combination Air -Release and Air/Vacuum Valve Assemblies 7 (Combination Air Valves) for potable water systems including: 8 a. Combination air -release and air/vacuum valve 9 b. Tap to water main 10 c. Lead-free Inlet piping and appurtenances 11 d. Vent piping and appurtenances 12 e. Vault enclosure and appurtenances 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 05 13 — Frame, Cover and Grade Rings 20 4. Section 33 11 10 —Ductile Iron Pipe 21 5. Section 33 11 11 — Ductile Iron Fittings 22 6. Section 33 11 14 — Buried Steel Pipe and Fittings 23 7. Section 33 12 10 — Water Services 1-Inch to 2-Inch 24 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 25 9. Section 33 39 20 — Precast Concrete Manholes 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Measurement 29 a. Measurement for this Item shall be per each. 30 2. Payment 31 a. The work performed and materials furnished in accordance with this Item and 32 measured as provided under "Measurement" will be paid for at the unit price 33 bid per each "Water Air Release Valve & Vault" installed for: 34 1) Various inlet sizes 35 3. The price bid shall include: 36 a. Furnishing and installing Combination Air Valves with appurtenances as 37 specified in the Drawings 38 b. Air valve vault and appurtenances 39 c. Tapping the main 40 d. Isolation valves CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 33 12 30 - 2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 1 e. Fittings 2 f. Vent piping 3 g. Vent cover and/or enclosure 4 h. Vent enclosure and/or pipe bollard protection, if required 5 i. Excavation and backfill 6 1.3 REFERENCES 7 A. Definitions 8 1. Combination Air Valve: A device having the features of both an air -release valve 9 and an air/vacuum valve 10 2. Inlet: The opening at the base of the Combination Air Valve mechanism through 11 which air and water from the pipeline enters 12 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 13 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain less 14 than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water 15 Act (P.L. 111-380). 16 5. Orifice: The opening in the Combination Air Valve mechanism through which air 17 is expelled from or admitted into the pipeline or piping system. Some valves may 18 have multiple orifices. 19 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the 20 orifice, through which air enters or exits the Air Valve 21 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet 22 to its termination point outside the vault 23 B. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. American Iron and Steel Institute (AISI). 28 3. ASTM International (ASTM): 29 a. A536, Standard Specification for Ductile Iron Castings. 30 4. American Water Works Association (AWWA): 31 a. C512, Air -Release, Air/Vacuum, and Combination Air Valves for Waterworks 32 Service. 33 b. M51, Air -Release, Air/Vacuum, and Combination Air Valves. 34 5. NSF International (NSF): 35 a. 61, Drinking Water System Components -Health Effects. 36 6. Reduction of Lead in Drinking Water Act 37 a. Public Law 111-380 (P.L. 111-380) 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 0133 00. 41 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 331230-3 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 3 of 8 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Combination Air Valves 4 a. Application type 5 b. Working pressure rating 6 c. Test pressure rating 7 d. Surge pressure rating 8 e. Inlet size 9 f. Small orifice size 10 g. Large orifice size 11 2. Valve vault and appurtenances 12 3. Tapping appurtenances 13 4. Isolation valves 14 5. Fittings 15 6. Vent piping 16 7. Vent cover and/or enclosure 17 8. Vent enclosure and/or pipe bollard protection 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Combination Air Valves of the same size shall be the product of 1 24 manufacturer, unless approved by the City. 25 b. Combination air valves shall be in conformance with AWWA C512. 26 B. Certifications 27 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with 28 AWWA C512. 29 1.10 DELIVERY, STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Protect all parts such that no damage or deterioration will occur during a prolonged 32 delay from the time of shipment until installation is completed and the units and 33 equipment are ready for operation. 34 2. Protect all equipment and parts against any damage during a prolonged period at the 35 site. 36 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 37 strongly built and securely bolted thereto. 38 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 39 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 40 extremes in temperature. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 33 12 30 - 4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of 8 1 6. Secure and maintain a location to store the material in accordance with 2 Section 0166 00. 3 1.11 FIELD CONDITIONS [NOT USED] 4 1.12 WARRANTY 5 A. Manufacturer Warranty 6 1. Manufacturer's Warranty shall be in accordance with Division 1. 7 PART 2- PRODUCTS 8 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 9 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed on the City's Standard Products List will be 12 considered as shown in Section 0160 00. 13 a. The manufacturer must comply with this Specification and related sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 16 3. The Combination Air Valve shall be new and the product of a manufacturer 17 regularly engaged in the manufacturing of air release/air vacuum valves having 18 similar service and size. 19 B. Description 20 1. Regulatory Requirements 21 a. Combination Air Valves shall meet or exceed the latest revisions of 22 AWWA C512 and shall meet or exceed the requirements of this Specification. 23 b. All Combination Air Valve components in contact with potable water shall 24 conform to the requirements of NSF 61. 25 c. All materials shall conform to the Reduction of Lead in Drinking Water 26 Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other 27 appurtenances to be less than 0.25 percent lead. 28 C. Performance / Design Criteria 29 1. Capacities 30 a. Water Application = Potable Water 31 b. Working Pressure from 10 psi to 150 psi 32 c. Test Pressure = 225 psi 33 d. Surge Pressure = 100 psi minimum, unless stated otherwise in the Contract 34 Documents 35 e. Size 36 1) Each orifice size must be sufficient to meet the requirements set forth in 37 AWWA M51 and indicated on the Drawings. 38 2. Function 39 a. High volume discharge during pipeline filling 40 b. High volume intake through the large orifice 41 c. Pressurized air discharge 42 d. Surge Dampening/Controlled discharge rates CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 331230-5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of 8 1 1) The valve shall have an integral surge alleviation mechanism which shall 2 operate automatically to limit transient pressure rise or shock induced by 3 closure due to high velocity air discharge or the subsequent rejoining of the 4 separated water columns. The limitation of the pressure rise shall be 5 achieved by decelerating the approaching water prior to valve closure. 6 D. Materials 7 1. Combination Air Valve 8 a. Internal parts 9 1) Non -corroding material such as stainless steel or high density polyethylene 10 b. Valve body 11 1) AISI 304 stainless steel or ASTM A536 ductile iron 12 2) Equipped with intake and discharge flanges 13 c. Inlet/Discharge orifice area 14 1) Equal to the nominal size of the valve 15 E. Finishes 16 1. Finish Materials 17 a. Supply all ductile iron Combination Air Valves with a factory applied fusion 18 bonded epoxy coating with a final coating thickness of 16 mils minimum. 19 2.3 ACCESSORIES 20 A. For 2-inch Combination Air Valve Assemblies: 21 1. Tap 22 a. Tapping saddle and 2-inch corporation valve (C.C. thread with flare) in 23 accordance with Section 33 12 10 24 2. Inlet Piping 25 a. 2-inch outlet between the tap and the isolation valve with the following: 26 1) Threaded, lead-free brass piping 27 2) Threaded, lead-free brass tee 28 3) Threaded, lead-free brass hand wheel valves 29 3. Vent Piping 30 a. 4-inch minimum diameter, in accordance with the Drawings 31 4. Vent Screen 32 a. Stainless Steel (AISI 304) 33 5. Dropover Enclosure 34 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 35 6. Vault 36 a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 37 33 39 20. 38 b. Provide a 32-inch hinged cover with frame and grade ring in accordance with 39 Section 33 05 13. 40 c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 41 manufactured by Grinell, or equal, in accordance with the Drawings 42 B. For 3-inch to 8-inch Combination Air Valve Assemblies: 43 1. Tap 44 a. For 24-inch diameter mains: 45 1) Provide 24-inch blind flange outlet CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 331230-6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 1 b. For mains with 30-inch and greater diameter: 2 1) Provide 30-inch blind flange outlet 3 c. For ductile iron and PVC mains, provide mechanical joint x flange tee with 4 tapped flange. 5 2. Inlet Piping 6 a. Flanged ductile iron or steel, depending on main material, in accordance with 7 Drawings 8 b. Corporation stops shall be in accordance with Section 33 12 10 and with 9 Drawings. 10 3. Isolation Valves 11 a. Gate valve (flanged) in accordance with Section 33 12 20 with: 12 1) 2-inch operating nut, non -rising stem with enclosed miter gearing for 3- 13 inch and larger gate valves 14 4. Vent Piping 15 a. 4-inch minimum, ductile iron pipe, in accordance with Drawings 16 5. Vent Screen 17 a. Stainless Steel (AISI 304) 18 6. Dropover Enclosure 19 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 20 7. Vault 21 a. Provide a flat top, concrete manhole in accordance with Section 33 39 20. 22 b. Manhole dimensions shall be in accordance with Drawings. 23 c. Provide a 32-inch hinged cover with frame and grade ring in accordance with 24 Section 33 05 13. 25 d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 26 manufactured by Grinell, or equal, in accordance with the Drawings 27 C. Finishes 28 1. Primer Materials 29 a. Prime Vent Piping within vault, as well as above ground, for finish with a 30 product listed in on the City's Standard Products List in Section 0160 00, 31 unless otherwise stated in the Drawings. 32 2. Finish Materials 33 a. Paint Vent Piping within vault, as well as above ground, with a product listed in 34 on the City's Standard Products List in Section 0160 00, unless otherwise 35 stated in the Drawings. 36 b. Color to be selected by the City. 37 2.4 SOURCE QUALITY CONTROL 38 A. Tests and Inspections 39 1. Testing and inspection of Combination Air Valves shall be in accordance with 40 AWWA C512. 41 B. Markings 42 1. Each Combination Air Valve shall be marked in accordance with AWWA C512. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 331230-7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. General 7 1. Install in accordance with manufacturer's recommendations and as shown on the 8 Drawings. 9 2. Above ground and vault interior ductile iron piping and valves shall be painted in 10 accordance with City requirements, unless otherwise stated in the Drawings. 11 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in 12 accordance with Section 33 11 10 and Section 33 11 11 respectively. 13 3.5 REPAIR / RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Field Inspections 17 1. Pipe the large and small orifices directly to the vent piping. There direct discharge 18 of an orifice to an underground vault. 19 2. The valve shall perform as intended with no deformation, leaking or damage of any 20 kind for the pressure ranges indicated. 21 3. Before acceptance of the installed valve, the City Field Operations Staff shall have 22 the opportunity to inspect and operate the valve. 23 4. The City will assess the ease of access to the operating nut and ease of operating the 24 corporation stop. 25 5. If access and operation of the valve and its appurtenances meet the City Standard 26 Detail, then the valve will be accepted as installed. 27 6. The Combination Air Valve assembly shall be free from any leaks. 28 B. Non -Conforming Work 29 1. If access and operation of the valve or its appurtenances does not meet the City's 30 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 31 the Contractor's expense. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 331230-8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 331240-1 FIRE HYDRANTS Page 1 of 7 1 SECTION 33 12 40 2 FIRE HYDRANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Dry -barrel fire hydrants with 5'/4-inch main valve for use with potable water mains 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 13 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 14 5. Section 33 11 10 —Ductile Iron Pipe 15 6. Section 33 11 11 — Ductile Iron Fittings 16 7. Section 33 11 14 — Buried Steel Pipe and Fittings 17 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Fire Hydrant and Extension 22 1) Measurement for this item shall be by the each hydrant, complete in place. 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item and 25 measured under "Measurement" will be paid for at the unit prices bid per each 26 "Fire Hydrant" installed. 27 3. The price bid shall include: 28 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 29 Drawings 30 b. Dry -Barrel Fire Hydrant assembly from base to operating nut 31 c. Extension barrel and stem 32 d. Adjusting hydrant to the appropriate height 33 e. Painting 34 f. Pavement Removal 35 g. Excavation 36 h. Freight, loading, unloading and handling 37 i. Disposal of excess material 38 j. Furnish, placement and compaction of embedment 39 k. Furnish, placement and compaction of backfill 40 1. Blocking, Braces and Rest 41 m. Clean up CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 3, 2014 33 12 40 - 2 FIRE HYDRANTS Page 2 of 7 1 n. Disinfection 2 o. Testing 3 1.3 REFERENCES 4 A. Definitions 5 1. Base: The lateral connection to the fire hydrant lead; also called a shoe 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. American Water Works Association (AWWA): 11 a. C502, Dry -Barrel Fire Hydrants 12 b. Manual of Water Supply Practices M17 (AWWA Manual M17) —Installation, 13 Field Testing, and Maintenance of Fire Hydrants 14 3. NSF International 15 a. 61, Drinking Water System Components —Health Effects 16 4. National Fire Protection Association (NFPA) 17 a. 1963, Standard for Fire Hose Connections 18 5. Underwriters Laboratories, Inc. (UL) 19 a. 246, Hydrants for Fire -Protection Service 20 6. Factory Mutual (FM) 21 a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for 22 Private Fire Service 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 01 33 00. 26 B. All submittals shall be approved by the City prior to construction. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Dry -Barrel Fire Hydrant stating: 30 a. Main valve opening size 31 b. Nozzle arrangement and sizes 32 c. Operating nut size 33 d. Operating nut operating direction 34 e. Working pressure rating 35 f. Component assembly and materials 36 g. Coatings and Finishes 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE 40 A. Qualifications 41 1. Manufacturers 42 a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 3, 2014 331240-3 FIRE HYDRANTS Page 3 of 7 1 1) Change orders, specials and field changes may be provided by a different 2 manufacturer upon City approval. 3 2. Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and 4 FM 1510. 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Storage and Handling Requirements 7 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and 8 AWWA Manual M17. 9 2. Protect all parts so that no damage or deterioration will occur during a prolonged 10 delay from the time of shipment until installation is completed and the units and 11 equipment are ready for operation. 12 3. Protect all equipment and parts against any damage during a prolonged period at the 13 site. 14 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 15 strongly built and securely bolted thereto. 16 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 17 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 18 extremes in temperature. 19 7. Secure and maintain a location to store the material in accordance with Section 01 20 6600. 21 1.11 FIELD CONDITIONS [NOT USED] 22 1.12 WARRANTY 23 A. Manufacturer Warranty 24 1. Manufacturer's Warranty shall be in accordance with Division 1. 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 0160 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 0125 00. 34 3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer 35 regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar 36 service and size. 37 B. Description 38 1. Regulatory Requirements 39 a. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA 40 C502 and shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 3, 2014 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 33 12 40 - 4 FIRE HYDRANTS Page 4 of 7 b. All Dry -Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria 1. 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) 7/8 inch at the top 2) Open by turning the operating nut to the right (clockwise) 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) Hose nozzles (1) 2 x 21/2-inch (nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 3, 2014 River's Edge Phase 3B City Project No. 103251 331240-5 FIRE HYDRANTS Page 5 of 7 1 a) Provide operating thread designed to avoid metal such as iron or steel 2 threads against iron or steel parts. 3 2) Stem 4 a) Stem Nuts 5 (1) Provide bronze stem nuts. 6 (a) Grades per AWWA C502 7 b) Where needed, stem shall be grooved and sealed with 0-rings. 8 3. Provide crushed rock for placement around base conforming to Section 33 05 10. 9 F. Finishes 10 1. Primer Materials 11 a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502. 12 2. Finish Materials 13 a. Dry -Barrel Fire Hydrant 14 1) Exterior 15 a) Above grade 16 (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant 17 assembly components in accordance with AWWA C502. 18 (2) Coating shall be Flynt Aluminum Paint in Silver. 19 b) Below grade 20 (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant 21 assembly components in accordance with AWWA C502. 22 2) Interior 23 a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance 24 with AWWA C502 25 2.3 ACCESSORIES 26 A. Polyethylene Encasement 27 1. Provide polyethylene encasement in accordance with Section 33 11 10. 28 B. Embedment 29 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 30 2.4 SOURCE QUALITY CONTROL 31 A. Tests and Inspections 32 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with AWWA 33 C502. 34 B. Markings 35 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with AWWA C502. 36 PART 3 - EXECUTION [NOT USED] 37 3.1 INSTALLERS [NOT USED] 38 3.2 EXAMINATION [NOT USED] 39 3.3 PREPARATION [NOT USED] 40 3.4 INSTALLATION 41 A. General CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 3, 2014 331240-6 FIRE HYDRANTS Page 6 of 7 1 1. Install in accordance with AWWA Manual of Water Supply Practice M17, 2 manufacturer's recommendations and as shown on the Drawings. 3 2. Provide vertical installation with braces, rest and blocking in accordance with City 4 Standard Details. 5 3. Excavate and backfill trenches in accordance with 33 05 10. 6 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10. 7 a. At the location of the weep holes, wrap barrel with polyethylene encasement 8 and crushed rock with filter fabric to prevent dirt and debris from entering the 9 fire hydrant. 10 5. Polyethylene encasement installation shall be in accordance with the applicable 11 portion of Section 33 11 10. 12 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated 13 in the Drawings. 14 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in 15 accordance with AWWA Manual of Water Supply Practice M17, to allow drain 16 outlets to operate. 17 a. The crushed rock should extend 6 inches above the drain outlets and a 18 minimum of 1 foot on all sides of the fire hydrant base. 19 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 20 a. Cover is measured from the invert at the fire hydrant base, vertical to ground 21 elevation. 22 b. Fittings may be used along fire lead line to ensure minimum and maximum 23 cover requirements are met. 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD CONTROL 27 A. Field Inspections 28 1. The Dry -Barrel Fire Hydrant and assembly shall perform as intended with no 29 deformation, leaking or damage of any kind for the pressure ranges indicated. 30 2. City inspector will issue final inspection notice to City staff. 31 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to 32 inspect and operate the hydrant, to ensure that the fire hydrant was installed in 33 accordance with AWWA Manual of Water Supply Practice MIT This includes but 34 is not limited to: 35 a. Operation of Nozzles and operating nut are not obstructed. 36 b. Drain valve is not obstructed or plugged 37 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the 38 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 River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 3, 2014 1 2 3 4 5 6 7 8 9 10 331240-7 FIRE HYDRANTS Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 3.14 ATTACHMENTS END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised January 3, 2014 1 2 3 PART1- GENERAL SECTION 33 12 50 WATER SAMPLING STATIONS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Water sampling stations for potable water mains 7 8 9 10 11 12 13 14 15 16 17 18 19 20 331250-1 WATER SAMPLING STATIONS Pagel of 5 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed But Not Furnished Under This Section 1. 1-inch water service line a. From water main to curb stop (including tap) D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 12 10 — Water Services 1-inch to 2-inch 7. Section 33 12 25 — Connections to Existing Water Mains 21 1.2 PRICE AND PAYMENT PROCEDURES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Water Sampling Station 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 "Water Sampling Station" completed in place. c. The price bid includes: 1) Furnishing and installing Sampling Station with appurtenances as specified in the Drawings 2) Meter box and Lid 3) Concrete support block 4) Curb stop 5) Fittings 6) Incidental 5 feet of service line 7) Pavement Removal 8) Excavation 9) Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 313 City Project No. 103251 33 12 50 - 2 WATER SAMPLING STATIONS Page 2 of 5 1 10) Disposal of excess material 2 11) Clean up 3 12) Disinfection 4 13) Testing 5 2. Water Sampling Station installed per City Standard Details. 6 a. Measurement 7 1) This Item is considered subsidiary to Water Meter Vault. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item are subsidiary to the unit price per each Water Meter Vault (with 11 Sampling Station) installed and no other compensation will be allowed. 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this Specification refer to the current reference 15 standard published at the time of the latest revision date logged at the end of this 16 Specification, unless a date is specifically cited. 17 2. NSF International 18 a. 61, Drinking Water System Components —Health Effects 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to construction. 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 24 A. Product Data 25 1. Product Data submitted in accordance with Section 33 12 10. 26 2. Sampling Station 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Protect all parts such that no damage or deterioration will occur during a prolonged 33 delay from the time of shipment until installation is completed and the units and 34 equipment are ready for operation. 35 2. Protect all equipment and parts against any damage during a prolonged period at the 36 site. 37 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 38 extremes in temperature. 39 4. Secure and maintain a location to store the material in accordance with Section 01 40 6600. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 331250-3 WATER SAMPLING STATIONS Page 3 of 5 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED PRODUCTS 5 A. Water sampling station 6 1. Eclipse TM Number 88 Sampling Station, or approved equal, with 12-inch depth of 7 bury 8 2. Lockable, aluminum weather shield enclosure 9 3. Brass internal piping and appurtenances 10 4. Galvanized riser pipe 11 5. Brass isolation valve with 3/4-inch female iron pipe inlet 12 6. Removable parts that require no excavation 13 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS 14 A. Manufacturers 15 1. Only the manufacturers as listed on the City's Standard Products List will be 16 considered as shown in Section 0160 00. 17 a. The manufacturer must comply with this Specification and related Sections. 18 2. Any product that is not listed on the Standard Products List is considered a 19 substitution and shall be submitted in accordance with Section 0125 00. 20 3. The Water Services and appurtenances shall be new and the product of a 21 manufacturer regularly engaged in the manufacturing of Water Services and 22 appurtenances having similar service and size. 23 B. Description 24 1. Regulatory Requirements 25 a. All Water Sampling Station components in contact with potable water shall 26 conform to the requirements of NSF 61. 27 C. Materials / Design Criteria 28 1. Water Service 29 a. In accordance with Section 33 12 10 include: 30 1) 1-inch Water Service 31 2) 3/4-inch Water Service 32 3) 1-inch Corporation Stop 33 4) 1-inch Curb Stop 34 5) Fittings 35 6) 1-inch standard plastic meter box 36 2. Concrete Pad 37 a. In accordance with Section 03 30 00 38 b. Dimensions 39 1) 2 feet x 2 feet 40 2) 6 inches thick 41 c. Design CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 1 1) Class `B' Concrete (2500 psi) 2 2) Reinforced with #4 Rebar 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL 5 A. Tests, Inspections and Markings 6 1. Conform to Section 33 12 10. 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 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 33 12 50 - 4 WATER SAMPLING STATIONS Page 4 of 5 A. General 1. Install Sampling Station in accordance with City Standard Details and Section 33 12 10 Water to include: a. 1-inch Corporation Stop b. 1-inch Water Service c. 1-inch Curb Stop d. 1-inch 90 Degree Elbow e. 1 inch x 3/4 inch Reducer f. 3/4-inch Water Service g. Sampling Station h. I -inch standard plastic meter box i. Concrete Pad 2. Where appropriate, place sampling station adjacent to power pole, elevated tank, street sign, tree or fire hydrant a. Typical installation on short side of street b. When placing adjacent to fire hydrant: 1) Maintain 4-foot offset from fire hydrant and lead. 2) Do not tap fire hydrant lead line. c. For installations adjacent to valves along large water mains, connect to existing large valve copper riser. 1) Do not tap main, unless approved by City. 3. Excavate, embed and backfill trenches in accordance with 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. See Section 33 12 10. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 331250-5 WATER SAMPLING STATIONS Page 5 of 5 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 331260-1 STANDARD BLOW -OFF ASSEMBLY Pagel of 4 1 SECTION 33 12 60 2 STANDARD BLOW -OFF ASSEMBLY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Standard Blow -off Assembly (6-inch thru 12-inch) 7 B. Products Installed but Not Furnished Under This Section 8 1. None 9 C. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 D. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 03 30 00 — Cast -in -Place Concrete 16 4. Section 03 80 00 — Modifications to Existing Concrete Structures 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment, and Backfill 18 6. Section 33 05 13 — Frame, Cover and Grade Rings 19 7. Section 33 11 10 — Ductile Iron Pipe 20 8. Section 33 11 11 — Ductile Iron Fittings 21 9. Section 33 11 13 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 22 10. Section 33 11 14 — Buried Steel Pipe and Fittings 23 11. Section 33 12 20 — Resilient Seated Gate Valve 24 12. Section 33 39 10 — Cast -in -Place Concrete Manholes 25 13. Section 33 39 20 — Precast Concrete Manholes 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Measurement 29 a. Measurement for this Item shall be per each. 30 b. Measurement includes gate valves, piping, appurtenances, manhole and cast-in- 31 place concrete bases. 32 1) Tee or outlet from water main is measured and paid for separately. 33 2. Payment 34 a. The work performed and the materials furnished in accordance with this Item 35 shall be paid for at the unit price bid per each "Blow Off Valve" installed for: 36 1) Various sizes 37 3. The price bid shall include: CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 19, 2013 331260-2 STANDARD BLOW -OFF ASSEMBLY Page 2 of 4 1 a. Excavation 2 b. Pre -cast or cast -in -place concrete manhole and appurtenances 3 c. Cast -in -place concrete gate valve bases 4 d. Crushed rock foundation 5 e. Hinged frame and cover 6 f. Piping, valves and appurtenances 7 g. Fittings (excluding tee or outlet on water main) 8 h. Horizontal thrust blocking 9 i. Backfill 10 j. Pavement removal 11 k. Hauling 12 1. Disposal of excess material 13 m. Placement and compaction of backfill 14 n. Clean-up 15 o. Surface restoration associated with blow -off valve manhole and piping 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS 19 A. All submittals shall be in accordance with Section 0133 00. 20 B. All submittals shall be approved by the City prior to delivery. 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Product Data 23 1. Precast Concrete Manhole 24 2. Piping 25 3. Isolation Valves 26 4. Frame and Cover 27 5. Concrete mix design for gate valve bases 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY 34 A. Manufacturer Warranty 35 1. Manufacturer's warranty shall be in accordance with Division 1. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 19, 2013 331260-3 STANDARD BLOW -OFF ASSEMBLY Page 3 of 4 1 PART2- PRODUCTS 2 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 4 A. Materials 5 1. Cast -in -Place or Precast Concrete Manholes — Conform to Sections 33 39 10 or 33 6 3920 7 2. Gate Valves — Conform to Section 33 12 20 8 3. Ductile Iron Pipe — Conform to Section 33 11 10 9 4. Ductile Iron Fittings — Conform to Section 33 11 11 10 5. Hinged Frame and Cover — Conform to Section 33 05 13 11 6. Concrete Mix Design — Conform to Section 03 30 00 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 17 A. Evaluation and Assessment 18 1. Verify lines and grades are in accordance to the Drawings. 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. Install blow -off assembly in accordance with respective manufacturer's 22 recommendations. 23 B. Pipe Penetrations 24 1. Conform to Section 03 80 00. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 19, 2013 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 13 331260-4 STANDARD BLOW -OFF ASSEMBLY Page 4 of 4 Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 19, 2013 333120-1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 1 of 6 1 SECTION 33 3120 2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 3 PART1- GENERAL 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 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 0130 — Sewer and Manhole Testing 15 4. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 16 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 6. Section 33 05 26 — Utility Markers/Locators 18 7. Section 33 3150 — Sanitary Sewer Service Connections and Service Line 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measured horizontally along the surface from center line to center line of the 23 manhole or appurtenance 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26 measured as provided under "Measurement" will be paid for at the unit price bid 27 per linear foot of "PVC Pipe" installed for: 28 1) Various sizes 29 2) Various Standard Dimension Ratios 30 3) Various embedments 31 4) Various depths, for miscellaneous projects only 32 3. The price bid shall include: 33 a. Furnishing and installing PVC gravity pipe with joints as specified by the 34 Drawings 35 b. Pavement removal 36 c. Excavation 37 d. Hauling 38 e. Disposal of excess material 39 f. Furnishing, placement and compaction of embedment 40 g. Furnishing, placement and compaction of backfill CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 19, 2013 333120-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of 6 1 h. Trench water stops 2 i. Clean-up 3 j. Cleaning 4 k. Testing 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. American Association of State Highway and Transportation (AASHTO). 11 3. ASTM International (ASTM): 12 a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) 13 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 14 b. D2412, Standard Test Method for Determination of External Loading 15 Characteristics of Plastic Pipe by Parallel -Plate Loading. 16 c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) 17 Sewer Pipe and Fittings. 18 d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes 19 Using Flexible Elastomeric Seals. 20 e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter 21 Plastic Gravity Sewer Pipe and Fittings. 22 4. Texas Commission on Environmental Quality (TCEQ): 23 a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. 24 b. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying 25 Pipe. 26 c. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.57 — Testing 27 Requirements for Installation of Gravity Collection System Pipes. 28 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 0133 00. 32 B. All submittals shall be approved by 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. Certificates CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 19, 2013 333120-3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 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 requirements of 3 ASTM D3034 and ASTM F679. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Qualifications 8 1. Manufacturers 9 a. Finished pipe shall be the product of 1 manufacturer for each size per project, 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). 17 1.10 DELIVERY, STORAGE, AND HANDLING 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 0166 00. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES 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 0160 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 0125 00. 34 B. Performance / Design Criteria 35 1. Pipe 36 a. Meet all requirements of TCEQ. 37 b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 38 and ASTM F679 for 18-inch through 27-inch 46PS/115PS. 39 c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 19, 2013 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 333120-4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 6 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewer pipe. f. PVC meeting the requirements of ASTM D1784, with a cell classification of 12454 or 12364 g. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) = 1.0 f) Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (1) = t3/12, (in4/in), per pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Deflection = 5 percent h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least 1 %2 pipe diameters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if: Fb>Wp+Wf+Wd Where: Fb = buoyant force, pound per foot Wp = empty pipe weight, pound per foot Wf = weight of flooded soil, pound per foot Wd = weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. i. Verify trench depths after existing utilities are located. j. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. k. In no case shall pipe be installed deeper than its design allows. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings a. Meet the minimum requirements of ASTM D3034 and ASTM F679. b. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 River's Edge Phase 3B City Project No. 103251 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 1 3) PVC cell classification 2 4) ASTM or Standard Dimension Ratio (SDR) designation 3 5) Seal of testing agency that verified the suitability of the pipe 4 4. Joints 5 a. Joints shall be gasket, bell and spigot, push -on type conforming to 6 ASTM D3212. 7 b. Since each pipe manufacturer has a different design for push -on joints; gaskets 8 shall be part of a complete pipe section and purchased as such. 9 5. Connections 10 a. Only use manufactured fittings. 11 b. See Section 33 3150. 12 6. Detectable Metallic Tape 13 a. See Section 33 05 26. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. General 22 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 23 33 05 10, and in accordance with the pipe manufacturer's recommendations. 24 2. Lay pipe to the lines and grades as indicated in the Drawings. 25 3. Excavate and backfill trenches in accordance with Section 33 05 10. 26 4. Embed PVC pipe in accordance with Section 33 05 10. 27 B. Pipe Handling 28 1. Haul and distribute pipe and fittings at the project site. 29 2. Handle piping with care to avoid damage. 30 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 31 lowering into the trench. 32 b. Use only nylon ropes, slings or other lifting devices that will not damage the 33 surface of the pipe for handling the pipe. 34 3. At the close of each operating day: 35 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 36 the laying operation. 37 b. Effectively seal the open end of the pipe using a gasketed night cap. 38 C. Pipe Joint Installation 39 a. Clean dirt and foreign material from the gasketed socket and the spigot end. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised June 19, 2013 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 333120-6 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6 of 6 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 3150. E. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Provide a Post -CCTV inspection in accordance with Section 33 0131. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 River's Edge Phase 3B City Project No. 103251 333150-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 9 1 SECTION 33 3150 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary sewer service connection, service line and 2-way cleanout from the main 7 to the right-of-way, as shown on the Drawings, directed by the Engineer and 8 specified herein for: 9 a. New Service 10 b. New Service (Bored) 11 c. Private Service Relocation 12 d. Service Reinstatement 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 19 4. Section 33 11 10 —Ductile Iron Pipe 20 5. Section 33 11 11 — Ductile Iron Fittings 21 6. Section 33 3120 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. New Sewer Service 25 a. Measurement 26 1) Measurement for this Item shall be per each "Sewer Service" complete in 27 place. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each "Sewer Service" installed for: 31 a) Various sizes 32 c. The price bid shall include: 33 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 34 the Drawings 35 2) Pavement removal 36 3) Excavation 37 4) Hauling 38 5) Disposal of excess material 39 6) Tee connection to main 40 7) Fittings 41 8) 2-way cleanout and cap with concrete pad CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised April 26, 2013 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 33 31 50 - 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 9 9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction of backfill 12) Clean-up 2. New Ductile Iron Sewer Service a. Measurement 1) Measurement for this Item shall be per each Ductile Iron Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "DIP Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New DIP Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout and cap with concrete pad 9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction of backfill 12) Clean-up 3. New Bored Sewer Service a. Measurement 1) Measurement for this Item shall be per each Bored Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Bored Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 River's Edge Phase 313 City Project No. 103251 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 33 31 50 - 3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 9 9) 2-way cleanout and cap with concrete pad 10) Surface restoration surrounding 2-way cleanout 11) Furnishing, placing and compaction of embedment and backfill 12) Clean-up 4. Private Service Relocation a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole or appurtenance b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Private Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Obtaining appropriate Permit 2) Obtaining Right of Entry 3) Performing relocation as specified in the Drawings 4) Excavation 5) Hauling 6) Disposal of excess material 7) Service Line - private side by plumber 8) Fittings 9) Furnishing, placing and compaction of embedment 10) Furnishing, placing and compaction of backfill 11) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro - mulch paid separately) 5. Sewer Service Reconnection a. Measurement 1) Measurement for this Item shall be per each "Sewer Service Reconnection" complete in place from public service line connection to private service line connection. b. Payment 1) The work performed in conjunction with the relocation of a sewer service, associated with private service line, fittings and cleanout 5 feet or less in any direction from the centerline of the existing service line and the materials furnished in accordance with this Item will be paid for at the unit price per each "Sewer Service, Reconnection" performed for: a) Various service sizes c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to sewer service 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 River's Edge Phase 3B City Project No. 103251 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 33 31 50 - 4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 9 9) 10) 11) Clean-up 6. 2-way Cleanout a. Measurement 1) Measurement for this Item shall be per each when only a "2-way Cleanout" is installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" installed for: a) Various sizes b) Various materials c. The price bid shall include: 1) Furnishing and installing the 2-way Cleanout and cap as specified in the Drawings 2) Pavement removal 3) Concrete pad 4) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of backfill 8) Clean-up 7. Service Reinstatement a. Measurement 1) Measurement for this Item shall be per each Reinstatement of Service associated with the sewer main being rehabilitated by a trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Sewer Service, Reinstatement' for: a) Various sizes c. The price bid shall include: 1) Tap to existing main (if required) 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service line (if required) 8) Fittings 9) Furnishing, placing and compaction of embedment and backfill 10) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro - mulch paid separately)references B. Definitions 1. New Service a. New service applies to the installation of a service with connection to a new or existing sewer main. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 River's Edge Phase 3B City Project No. 103251 33 31 50 - 5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 9 1 b. The service materials would include service line, fittings and cleanout. 2 2. Bored Service 3 a. Bored service applies to the installation of a service with connection to a new or 4 existing sewer main including a bore under an existing road. 5 b. The service materials would include service line, fittings and cleanout. 6 3. Private Service Relocation 7 a. Private service relocation applies to the replacement of the existing sewer 8 service line on private property typically associated with the relocation of the 9 existing main. 10 b. Typical main relocation will be from a rear lot easement or alley to the street. 11 4. Service Reinstatement 12 a. Service reinstatement applies to the reconnection of an existing service to an 13 existing main that has been rehabilitated by trenchless methods such as pipe 14 enlargement (pipe bursting), slip lining or CIPP. 15 C. 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 Specification, unless a date is specifically cited. 19 2. ASTM International (ASTM): 20 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 21 (PVC) Sewer Pipe and Fittings 22 b. ASTM D 1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic 23 Pipe, Schedules 40, 80 and 120. 24 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 25 Pipe for Sewers and Other Gravity -Flow Applications 26 d. ASTM D2412 Standard Test Method for Determination of External Loading 27 Characteristics of Plastic Pipe by Parallel -Plate Loading 28 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 29 Pipes Using Flexible Elastomeric Seals 30 3. Texas Commission on Environmental Quality 31 a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying 32 Pipe and Rule 33 b. Title 30, Part 1, Chapter 217, Subchapter C, 217.55 — Manholes and Related 34 Structures 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Scheduling 37 1. Provide advance notice for service interruption to property owner and meet 38 requirements of Division 0. 39 1.4 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. 41 B. All submittals shall be approved by the City prior to delivery. 42 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 43 A. Product data shall include, if applicable: 44 1. Tee connection or saddle CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised April 26, 2013 33 31 50 - 6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 9 1 2. Fittings (including type of cleanout) 2 3. Service line 3 B. Certificates 4 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 5 this Section. 6 1.6 CLOSEOUT SUBMITTALS [NOT USED] 7 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.8 QUALITY ASSURANCE [NOT USED] 9 1.9 DELIVERY, STORAGE, AND HANDLING 10 A. Storage and Handling Requirements 11 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 12 guidelines. 13 2. Protect all parts such that no damage or deterioration will occur during a prolonged 14 delay from the time of shipment until installation is completed and the units and 15 equipment are ready for operation. 16 3. Protect all equipment and parts against any damage during a prolonged period at the 17 site. 18 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 19 extremes in temperature. 20 5. Secure and maintain a location to store the material in accordance with Section 01 21 6600. 22 1.10 FIELD [SITE] CONDITIONS [NOT USED] 23 1.11 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 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 0125 00. 33 3. The services and appurtenances shall be new and the product of a manufacturer 34 regularly engaged in the manufacturing of services and appurtenances having 35 similar service and size. 36 B. Materials/Design Criteria 37 1. Service Line and Fittings (including tee connections) CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised April 26, 2013 33 31 50 - 7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 9 1 a. PVC pipe and fittings on public property shall be in accordance with Section 33 2 3120. 3 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 4 with ASTM D1785. 5 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 6 with Section 33 11 10 and Section 33 11 11. 7 2. Service saddle 8 a. Service saddles shall only be allowed when connecting a new service to an 9 existing sanitary sewer main and shall: 10 1) Bea 1-piece prefabricated saddle, either polyethylene or PVC, with 11 neoprene gasket for seal against main 12 2) Use saddle to fit outside diameter of main 13 3) Use saddle with grooves to retain band clamps 14 4) Use at least 2 stainless steel band clamps for securing saddles to the main 15 b. Inserta tees service connections may not be used. 16 3. Cleanout 17 a. Cleanout stack material should be in accordance with City Standard Details or 18 as shown on Drawings. 19 b. For paved areas, provide a cast iron cleanout and cast iron lid. 20 c. For unpaved areas, provide PVC cleanout and polyethylene lid. 21 4. Coupling 22 a. For connections between new PVC pipe stub out and existing service line, use 23 rubber sleeve couplings with stainless steel double -band repair sleeves to 24 connect to the line. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 3.1 INSTALLERS 29 A. A licensed plumber is required for installations of the service line on private property. 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General 34 1. Install service line, fittings and cleanout as specified herein, as specified in Section 35 33 05 10 and in accordance with the pipe manufacturer's recommendations. 36 B. Handling 37 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle 38 with care to avoid damage. 39 a. Inspect each segment of service line and reject or repair any damaged pipe 40 prior to lowering into the trench. 41 2. Do not handle the pipe in such a way that will damage the pipe. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised April 26, 2013 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 33 31 50 - 8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 9 C. Service Line 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard details, 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 05 10. 4. Embed PVC Pipe in accordance with 33 05 10. D. Cleanout 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 City Standard Details. 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. E. Service line connection to main 1. New service on new or replacement main a. Determine location of service connections before main installation so the service fittings can be installed during main 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 from imposed stretch before tapping and service installation. 1) Follow manufacturer's recommendation for the length of time needed. c. Tap main at 45 degree angle to horizontal when possible. 1) Avoid tapping the top of main. d. Extend service line from main to property line or easement line before connecting to the existing service line. 3. New service on existing main a. Connect service line to main with a molded or fabricated tee fitting if possible. b. Tapping the existing main and installing a strap on tee connection may be used. F. Private Service Relocation 1. Requirements for the relocation of service line on private property a. A licensed plumber must be used to install service line on private property. b. Obtain permit from the Development Department for work on private property. c. Pay for any inspection or permit fees associated with work on private property. d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the building cleanout and compare to data on the Drawings before beginning service installation. e. Submit elevation information to the City inspector. f. Verify that the 2 percent slope installation requirement can be met. 1) If the 2 percent slope cannot be met, verify with the Engineer that line may be installed at the lesser slope. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 River's Edge Phase 3B City Project No. 103251 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 19 33 31 50 - 9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 9 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION A. Service Relocation 1. All relocations that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. 3.7 FIELD QUALITY CONTROL A. Inspections 1. Private property service line requires approval by the City plumbing inspector before final acceptance. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 River's Edge Phase 3B City Project No. 103251 333910-1 CAST -IN -PLACE CONCRETE MANHOLE Page 1 of 7 1 SECTION 33 39 10 2 CAST -IN -PLACE CONCRETE MANHOLE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer Cast -in -Place Concrete Manholes 7 8 9 10 11 12 13 14 15 16 17 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 0130 — Sewer and Manhole Testing 6. Section 33 05 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 18 1.2 PRICE AND PAYMENT PROCEDURES 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. Manhole a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Concrete 5) Backfill 6) Foundation 7) Drop pipe 8) Stubs 9) Frame 10) Cover 11) Grade rings 12) Pipe connections 13) Pavement removal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 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 3339 10-2 CAST -IN -PLACE CONCRETE MANHOLE Page 2 of 7 14) Hauling 15) Disposal of excess material 16) Placement and compaction of backfill 17) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 3. 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) Concrete 6) Backfill 7) Foundation 8) Drop pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 333910-3 CAST -IN -PLACE CONCRETE MANHOLE Page 3 of 7 1 9) Stubs 2 10) Frame 3 11) Cover 4 12) Grade rings 5 13) Pipe connections 6 14) Pavement removal 7 15) Hauling 8 16) Disposal of excess material 9 17) Placement and compaction of backfill 10 18) Clean-up 11 1.3 REFERENCES 12 A. Definitions 13 1. Manhole Type 14 a. Standard Manhole (See City Standard Details) 15 1) Greater than 4 feet deep up to 6 feet deep 16 b. Standard Drop Manhole (See City Standard Details) 17 1) Same as Standard Manhole with external drop connection (s) 18 c. Type "A" Manhole (See City Standard Details) 19 1) Manhole set on a reinforced concrete block placed around 39-inch and 20 larger sewer pipe 21 d. Shallow Manhole (See City Standard Details) 22 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 23 than 39-inch 24 2. Manhole Size 25 a. 4 foot diameter 26 1) Used with pipe ranging from 8-inch to 15-inch 27 b. 5 foot diameter 28 1) Used with pipe ranging from 18-inch to 36-inch 29 c. See specific manhole design on Drawings for pipes larger than 36-inch. 30 B. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. ASTM International (ASTM): 35 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 36 b. D4259, Standard Practice for Abrading Concrete. 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 0133 00. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Product Data 43 1. Drop connection materials CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 3339 10 - 4 CAST -IN -PLACE CONCRETE MANHOLE Page 4 of 7 1 2. Pipe connections at manhole walls 2 3. Stubs and stub plugs 3 4. Admixtures 4 5. Concrete Mix Design 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED [oR] 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 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 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 0125 00. B. Materials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 2100. 3. Frame and Cover — Conform to Section 33 05 13. 4. Grade Ring — Conform to Section 33 05 13. 5. Pipe Connections a. Pipe connections can be premolded pipe adapter, flexible locked -in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner — Conform to Section 33 39 60, if required. 7. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. c. Solids content is 68 percent by volume f 2 percent. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 333910-5 CAST -IN -PLACE CONCRETE MANHOLE Page 5 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Evaluation and Assessment 7 1. Verify lines and grades are in accordance to the Drawings. 8 3.3 PREPARATION 9 A. Foundation Preparation 10 1. Excavate 8 inches below manhole foundation. 11 2. Replace excavated soil with course aggregate, creating a stable base for the 12 manhole construction. 13 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 14 mud slab may be substituted. 15 3.4 INSTALLATION 16 A. Manhole 17 1. Construct manhole to dimensions shown on Drawings. 18 2. Cast manhole foundation and wall monolithically. 19 a. A cold joint with water stop is allowed when the manhole depth exceeds 12 20 feet. 21 b. No other joints are allowed unless shown on Drawings. 22 3. Place, finish and cure concrete according to Section 03 30 00. 23 a. Manholes must cure 3 days before backfilling around structure. 24 B. Pipe connection at Manhole 25 1. Do not construct joints of sewer pipe within wall sections of manhole. 26 C. Invert 27 1. Construct invert channels to provide a smooth waterway with no disruption of flow 28 at pipe -manhole connections. 29 2. For direction changes of mains, construct channels tangent to mains with maximum 30 possible radius of curvature. 31 a. Provide curves for side inlets. 32 3. Sewer pipe may be laid through the manhole and the top 1/2 of the pipe removed to 33 facilitate manhole construction. 34 4. For all standard manholes provide full depth invert. 35 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 36 inches in depth. 37 D. Drop Manhole Connection CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 333910-6 CAST -IN -PLACE CONCRETE MANHOLE Page 6 of 7 1 1. Install drop connection when sewer line enters manhole higher than 24 inches 2 above the invert. 3 E. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 F. Internal coating 12 1. Internal coating application will conform to Section 33 39 60, if required by 13 Drawings. 14 G. External coating 15 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 16 the coating. 17 2. Cure for 3 days before backfilling around structure. 18 3. Coat the same date the forms are removed. 19 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 20 5. Application will follow manufacturer's recommendation. 21 H. Modifications and Pipe Penetrations 22 1. Conform to Section 03 80 00. 23 I. Junction Structures 24 1. All structures shall be installed as specified in Drawings. 25 3.5 REPAIR / RESTORATION [NOT USED] 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. Field Tests and Inspections 29 1. Perform vacuum test in accordance with Section 33 01 30. 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 333910-7 CAST -IN -PLACE CONCRETE MANHOLE Page 7 of 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 333920-1 PRECAST CONCRETE MANHOLE Page 1 of 6 1 SECTION 33 39 20 2 PRECAST CONCRETE MANHOLE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast 7 Concrete Manholes 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 03 30 00 — Cast -in -Place Concrete 15 4. Section 03 80 00 — Modifications to Existing Concrete Structures 16 5. Section 33 0130 — Sewer and Manhole Testing 17 6. Section 33 05 13 — Frame, Cover, and Grade Rings 18 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each concrete manhole installed. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each "Manhole" installed for: 27 a) Various sizes 28 b) Various types 29 c. The price bid will include: 30 1) Manhole structure complete in place 31 2) Excavation 32 3) Forms 33 4) Reinforcing steel (if required) 34 5) Concrete 35 6) Backfill 36 7) Foundation 37 8) Drop pipe 38 9) Stubs 39 10) Frame 40 11) Cover 41 12) Grade rings CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 35 1.3 REFERENCES 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 1 a. 4 foot diameter 2 1) Used with pipe ranging from 8-inch to 15-inch 3 b. 5 foot diameter 4 1) Used with pipe ranging from 18-inch to 36-inch 5 2) See specific manhole design on Drawings for pipes larger than 36-inch. 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. ASTM International (ASTM): 11 a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using 12 Rubber Gaskets 13 b. C478, Standard Specification for Precast Reinforced Concrete Manhole 14 Sections. 15 c. C923, Standard Specification for Resilient Connectors Between Reinforced 16 Concrete Manholes Structures, Pipes, and Laterals. 17 d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective 18 Coatings for Metal 19 e. D 1227, Standard Specification for Emulsified Asphalt Used as a Protective 20 Coating for Roofing 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Precast Concrete Manhole 28 2. Drop connection materials 29 3. Pipe connections at manhole walls 30 4. Stubs and stub plugs 31 5. Admixtures 32 6. Concrete Mix Design 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY 39 A. Manufacturer Warranty CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 1 1. Manufacturer's Warranty shall be in accordance with Division 1. 2 PART 2- PRODUCTS 3 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 4 2.2 EQUIPMENT, PRODUCT TYPES, AND 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 A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 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 0125 00. B. Materials 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 2. Precast Joints a. Provide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d. Include manufacturer's stamp on each section. 3. 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. 4. Frame and Cover — Conform to Section 33 05 13. 5. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 6. 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. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner — Conform to Section 33 39 60. 9. Exterior Coating a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D 1187 Type I and ASTM D 1227 Type III Class I. 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 6 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION 4 A. Evaluation and Assessment 5 1. Verify lines and grades are in accordance to the Drawings. 6 3.3 PREPARATION 7 A. Foundation Preparation 8 1. Excavate 8 inches below manhole foundation. 9 2. Replace excavated soil with course aggregate; creating a stable base for manhole 10 construction. 11 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 12 mud slab may be substituted. 13 3.4 INSTALLATION 14 A. Manhole 15 1. Construct manhole to dimensions shown on Drawings. 16 2. Precast Sections 17 a. Provide bell -and -spigot design incorporating a premolded joint sealing 18 compound for wastewater use. 19 b. Clean bell spigot and gaskets, lubricate and join. 20 c. Minimize number of segments. 21 d. Use long joints used at the bottom and shorter joints toward the top. 22 B. Invert 23 1. Construct invert channels to provide a smooth waterway with no disruption of flow 24 at pipe -manhole connections. 25 2. For direction changes of mains, construct channels tangent to mains with maximum 26 possible radius of curvature. 27 a. Provide curves for side inlets. 28 3. For all standard manholes provide full depth invert. 29 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 30 inches in depth. 31 C. Drop Manhole Connection 32 1. Install drop connection when sewer line enters manhole higher than 24 inches 33 above the invert. 34 D. Final Rim Elevation 35 1. Install concrete grade rings for height adjustment. 36 a. Construct grade ring on load bearing shoulder of manhole. 37 b. Use sealant between rings as shown on Drawings. 38 2. Set frame on top of manhole or grade rings using continuous water sealant. 39 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final 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 / RESTORATION [NOT USED] 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 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 333960-1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 6 1 SECTION 33 39 60 2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high -build epoxy coating system to concrete utility structures such 7 as manholes, lift station wet wells, junction boxes or other concrete facilities that 8 may need protection from corrosive materials 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 0130 — Sewer and Manhole Testing 16 1.2 PRICE AND PAYMENT PROCEDURES 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. Manholes a. Measurement 1) Measurement for this Item shall be per vertical foot of coating as measured from the bottom of the frame to the top of the bench. 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 of "Epoxy Manhole Liner" applied. c. The price bid shall include: 1) Furnishing and installing Liner as specified by the Drawings 2) Hauling 3) Disposal of excess material 4) Clean-up 5) Cleaning 6) Testing 2. Non -Manhole Structures a. Measurement 1) Measurement for this Item shall be per square foot of area where the coating is applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square foot of "Epoxy Structure Liner" applied. c. The price bid shall include: 1) Furnishing and installing Liner as specified by the Drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 333960-2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 6 1 2) Hauling 2 3) Disposal of excess material 3 4) Clean-up 4 5) Cleaning 5 6) Testing 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. ASTM International (ASTM): 12 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 13 Reagents. 14 b. D638, Standard Test Method for Tensile Properties of Plastics. 15 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 16 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 17 Reinforced Plastics and Electrical Insulating Materials. 18 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 19 the Taber Abraser. 20 £ D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 21 Gages. 22 g. D4541, Standard Test Method for Pull -off Strength of Coatings Using Portable 23 Adhesion Testers. 24 3. Environmental Protection Agency (EPA). 25 4. NACE International (MACE). 26 5. Occupational Safety and Health Administration (OSHA). 27 6. Resource Conservation and Recovery Act, (RCRA). 28 7. The Society for Protective Coatings/MACE International (SSPC/NACE): 29 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS 32 A. Submittals shall be in accordance with Section 01 33 00. 33 B. All submittals shall be approved by the City prior to delivery. 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Technical data sheet on each product used 37 2. Material Safety Data Sheet (MSDS) for each product used 38 3. Copies of independent testing performed on the coating product indicating the 39 product meets the requirements as specified herein 40 4. Technical data sheet and project specific data for repair materials to be topcoated 41 with the coating product including application, cure time and surface preparation 42 procedures CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 6 1 B. Contractor Data 2 1. Current documentation from coating product manufacturer certifying Contractor's 3 training and equipment complies with the Quality Assurance requirements specified 4 herein 5 2. 5 recent references of Contractor indicating successful application of coating 6 product(s) of the same material type as specified herein, applied by spray 7 application within the municipal wastewater environment 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Contractor 13 a. Be trained by, or have training approved and certified by, the coating product 14 manufacturer for the handling, mixing, application and inspection of the coating 15 product(s) to be used as specified herein 16 b. Initiate and enforce quality control procedures consistent with the coating 17 product(s) manufacturer recommendations and applicable NACE or SSPC 18 standards as referenced herein 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Keep materials dry, protected from weather and stored under cover. 21 B. Store coating materials between 50 degrees F and 90 degrees F. 22 C. Do not store near flame, heat or strong oxidants. 23 D. Handle coating materials according to their material safety data sheets. 24 1.11 FIELD [SITE] CONDITIONS 25 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 26 perform the specified work. 27 1.12 WARRANTY 28 A. Contractor Warranty 29 1. Contractor's Warranty shall be in accordance with Division 0. 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 33 A. Repair and Resurfacing Products 34 1. Compatible with the specified coating product(s) in order to bond effectively, thus 35 forming a composite system 36 2. Used and applied in accordance with the manufacturer's recommendations 37 3. The repair and resurfacing products must meet the following: CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 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 333960-4 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 6 a. 100 percent solids, solvent -free epoxy grout specifically formulated for epoxy topcoating compatibility b. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink repair mortar that can be toweled or pneumatically spray applied and specifically formulated to be suitable for topcoating with the specified coating product used B. Coating Product 1. Capable of being installed and curing properly within a manhole or concrete utility environment 2. Resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems; and, capable of adhering to typical manhole structure substrates 3. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the following characteristics: a. Application Temperature — 50 degrees F, minimum b. Thickness — 125 mils minimum c. Color — White, Light Blue, or Beige d. Compressive Strength (per ASTM D695) — 8,800 psi minimum e. Tensile Strength (per ASTM D638) — 7,500 psi minimum f. Hardness, Shore D (per ASTM D4541) — 70 minimum g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss maximum h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum i. Flexural Strength (per ASTM D790) — 12,000 psi minimum j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) failure k. Chemical Resistance (ASTM D543/G20) all types of service for: 1) Municipal sanitary sewer environment 2) Sulfuric acid, 30 percent 3) Sodium hydroxide, 5 percent 31 C. Coating Application Equipment 32 1. Manufacturer approved heated plural component spray equipment 33 2. Hard to reach areas, primer application and touch-up may be performed using hand 34 tools. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL 37 1. Testing 38 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 39 manhole, 2 spaced equally apart along the wall and 1 on the bench. 40 1) Document and attest measurements and provide to the City. 41 b. After coating has set, repair all visible pinholes by lightly abrading the surface 42 and brushing the lining material over the area. 43 c. Repair all blisters and evidence of uneven cover according to the 44 manufacturer's recommendations. 45 d. Test manhole for final acceptance according to Section 33 0130. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 333960-5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 6 1 PART 3 - EXECUTION 2 3.1 INSTALLERS 3 A. All installers shall be certified applicators approved by the manufacturers. 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. Manhole Preparation 7 1. Stop active flows via damming, plugging or diverting as required to ensure all 8 liquids are maintained below or away from the surfaces to be coated. 9 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 10 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 11 source. 12 a. Where varying surface temperatures do exist, coating installation should be 13 scheduled when the temperature is falling versus rising. 14 B. Surface Preparation 15 1. Remove oils, grease, incompatible existing coatings, waxes, form release, curing 16 compounds, efflorescence, sealers, salts or other contaminants which may affect the 17 performance and adhesion of the coating to the substrate. 18 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 19 means of degradation so that only sound substrate remains. 20 3. Surface preparation method, or combination of methods, that may be used include 21 high pressure water cleaning, high pressure water jetting, abrasive blasting, 22 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 23 others as described in SSPC SP 13/NACE No. 6. 24 4. All methods used shall be performed in a manner that provides a uniform, sound, 25 clean, neutralized, surface suitable for the specified coating product. 26 3.4 INSTALLATION 27 A. General 28 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 29 grouting are complete. 30 2. Perform application procedures per recommendations of the coating product 31 manufacturer, including environmental controls, product handling, mixing and 32 application. 33 B. Temperature 34 1. Only perform application if surface temperature is between 40 and 120 degrees F. 35 2. Make no application if freezing is expected to occur inside the manhole within 24 36 hours after application. 37 C. Coating 38 1. Spray apply per manufacturer's recommendation at a minimum film thickness of 39 125 mils. 40 2. Apply coating from bottom of manhole frame to the bench/trough, including the 41 bench/trough. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 333960-6 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 6 1 3. After walls are coated, remove bench covers and spray bench/trough to at least the 2 same thickness as the walls. 3 4. Apply any topcoat or additional coats within the product's recoat window. 4 a. Additional surface preparation is required if the recoat window is exceeded. 5 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 6 flow. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL 10 A. Each structure will be visually inspected by the City the same day following the 11 application. 12 B. The inspector will check for deficiencies, pinholes and thin spots. 13 C. If leaks are detected they will be chipped back, plugged and coated immediately with 14 protective epoxy resin coating. 15 1. Make repair 24 hours after leak detection. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES 20 A. Upon final completion of the work, the manufacturer will provide a written certification 21 of proper application to the City. 22 B. The certification will confirm that the deficient areas were repaired in accordance with 23 the procedure set forth in this Specification. 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 334110-1 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 1 of 12 1 SECTION 33 4110 2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, 7 including: 8 a. Pipe or box fittings 9 b. Connection of drain lines to curb inlets 10 c. All joints 11 d. All connections to new or existing pipe or headwalls, manholes, etc., to the 12 lines and grades shown on the Drawings 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 19 4. Section 03 30 00 — Cast -in -Place Concrete 20 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 21 6. Section 33 05 23 — Hand Tunneling 22 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Reinforced Concrete Storm Drain Pipe 26 a. Measurement 27 1) Measured along the longitudinal centerline of the pipe from the initial 28 beginning point as shown on Drawings to the end of construction as shown 29 on Drawings, excluding inside diameters of any manholes encountered 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price bid per linear foot of "RCP" installed for: 34 a) Various sizes 35 b) Various classes 36 c. The price bid shall include: 37 1) Furnishing and installing the specified diameter pipe and appurtenant 38 fittings 39 2) Mobilization 40 3) Pavement removal 41 4) Excavation CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 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 334110-2 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 2 of 12 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 2. Reinforced Concrete Storm Drain Culverts a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Box Culvert" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and 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 backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage structures 35 1.3 REFERENCES 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 specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO): a. T111, Inorganic 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 River's Edge Phase 3B City Project No. 103251 334110-3 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 3 of 12 1 d. C361, Standard Specification for Reinforced Concrete Low -Head Pressure 2 Pipe. 3 e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using 4 Rubber Gaskets. 5 f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 6 g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm 7 Drain, and Sewer Pipe. 8 h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm 9 Drain, and Sewer Pipe. 10 i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and 11 Precast Box Sections Using Preformed Flexible Joint Sealants. 12 j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box 13 Sections for Culverts, Storm Drains, and Sewers. 14 k. D4, Standard Test Method for Bitumen Content. 15 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic 16 Compounds. 17 m. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball 18 Apparatus). 19 n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt 20 (Displacement Method). 21 o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup 22 Tester. 23 p. D 113, Standard Test Method for Ductility of Bituminous Materials. 24 q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 25 4. TxDOT Test Procedures (Tex): 26 a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for 27 Precast Concrete 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 01 33 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 33 A. Certificates 34 1. Furnish manufacturer's certificate of compliance that their product meets the 35 physical testing requirements of this Specification for the materials referenced 36 including, but not limited to: 37 a. Reinforced concrete pipe 38 b. Concrete box culvert 39 c. Jointing materials CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 334110-4 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 4 of 12 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Storage and Handling Requirements 6 1. Secure and maintain a location to store the material in accordance with Section 01 7 6600. 8 2. Keep pipe clean and fully drained during storage. 9 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 10 4. Repair or replace any damaged pipe before installation per the manufacturer's 11 recommendation. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [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 2.2 EQUIPMENT, PRODUCT TYPES 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 specified strength requirements. 3) Concrete water to cement ratio not to exceed 0.53 by weight 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless mix designs with lower cement content demonstrate that the quality and performance of the sections meet the requirements of this Specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 River's Edge Phase 3B City Project No. 103251 334110-5 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 5 of 12 1 5) Mix concrete in a central batch plant or other approved batching facility 2 where the quality and uniformity of the concrete is assured. 3 6) Do not use transit mixed concrete to manufacture precast concrete box 4 culvert. 5 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 6 or ASTM A497. 7 3. Jointing Materials 8 a. Use any of the materials described in this Section for the making of joints. 9 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 10 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 11 a) Provide flexible joint sealants that meet the requirements of 12 ASTM C990. 13 b) Utilize 1 continuous gasket conforming to the joint shape for each joint. 14 c) Plastic gasket shall be produced from blends of refined hydrocarbon 15 resins and plasticizing compounds reinforced with inert mineral filler 16 and shall contain no solvents, irritating fumes or obnoxious odors. 17 d) Use flexible joint sealants that do not depend on oxidizing, evaporating 18 or chemical action for its adhesive or cohesive strength. 19 e) Supply in extruded rope form of suitable cross section and size as to fill 20 the joint space when the pipes are joined. 21 f) Provide a size of the pre -formed flexible joint sealant in accordance 22 with the manufacturer's recommendations and large enough to properly 23 seal the joint and obtain the squeeze out as described under 24 construction methods. 25 g) The gasket joint sealer shall be protected by a suitable removable 2- 26 piece wrapper, and the 2-piece wrapper shall be so designed that '/2 may 27 be removed longitudinally without disturbing the other'/2 to facilitate 28 application as noted below. 29 h) The chemical composition of the gasket joint sealing compound as 30 shipped shall meet the requirements of Table 1 when tested in 31 accordance with the test methods shown. 32 33 Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds 34 35 i) Gasket joint sealing compound when immersed for 30 days at ambient 36 room temperature separately in 5 percent solution of caustic potash, a 37 mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric 38 acid and a saturated hydrogen sulfide (H2S) solution shall show no 39 visible deterioration. 40 j) The physical properties of the gasket joint sealing compound as 41 shipped shall meet the requirements in Table 2 when tested in 42 accordance with the test methods shown. 43 CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 334110-6 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 6 of 12 Table 2. Sealing Compound Physical Properties Property Test Method Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 Ductility at 77 degrees F ASTM D 113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F 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 Flash Point C.O.C. 600 degrees F Fire Point C.O.0 ASTM D92 625 degrees F 2 3) Rubber Gaskets 3 a) Provide gaskets that conform to ASTM C361 or ASTM C443. 4 b) Meet the requirements of ASTM C443 for design of the joints and 5 permissible variations in dimensions. 6 B. Design Criteria 7 1. Reinforced Concrete Pipe 8 a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe 9 with shell thickness, circumferential reinforcement and strength conforming to 10 the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch 11 or elliptical pipe respectively, except as modified below: 12 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular 13 reinforcement. 14 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its 15 option, furnish pipe manufactured with either Wall "B" or Wall "C" 16 minimum thicknesses and the applicable minimum steel area as listed for 17 circular cages in Table II of ASTM C76, provided test strength 18 requirements for Class III pipe are satisfactorily met. 19 b. Jacking, Boring, or Tunneling 20 1) Design pipe for jacking, boring or tunneling conforming to the 21 requirements of Section 33 05 23. 22 2) When requested, provide design notes and drawings signed and sealed by a 23 Texas licensed professional engineer. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Tests and Inspections 27 1. Reinforced Concrete Pipe 28 a. Acceptance of pipe will be determined by the results of the following tests: 29 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 30 2) Absorption tests in accordance with ASTM C497. 31 3) 3-edge bearing tests in accordance with ASTM C497. 32 a) Testing Rate 33 (1) If tested for 0.01-inch crack only: 34 (a) Test 0.8 percent of pipe sections for each size included in order 35 (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 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 334110-7 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 7 of 12 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the formation of a 0.01 inch crack and that meet the 0.01 inch test load requirements shall be accepted for use. c) Failed Pipe (1) Test 2 consecutive joints in the same mix series if a specimen fails to meet test requirements. (2) Entire pipe series will be rejected if 1 of the consecutive joints fails to meet test requirements. d) Pipes larger than 1 inch in diameter may be accepted on the basis of material tests and inspection of completed product as an alternate to 3- edge bearing test, at the option of the manufacturer. (1) Acceptance of pipe will be determined by the results of the material tests as required in ASTM C76, ASTM C506 or ASTM C507. (a) Perform crushing tests on cores taken from barrel of completed and cured pipe. (b) Perform absorption tests on samples from pipe wall. (c) Inspect finished pipe including amount and placement of reinforcement. (2) Manufacturer will furnish facilities and personnel for taking core samples from pipe barrel and for determining compressive strength of samples. (3) Manufacturer will plug and seal core holes if samples meet strength requirements. (a) Plug and seal sections in a manner that the pipe section will meet all test requirements of ASTM C76, ASTM C506 or ASTM C507. (b) Pipe sections plugged and sealed as described above will be accepted for use. 4) Inspect the finished pipe to determine its conformance with the required design. 2. Cast -in -Place Concrete Box Culvert a. Provide test specimens that meet the requirements of Division 03. 3. Precast Box Culvert a. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. b. Make a minimum of 4 test cylinders for each day's production run and each mix design. c. Cure test cylinders in the same manner and for the same times as the boxes they represent. d. Test the specimens in accordance with Tex-704-I. B. Sizes and Permissible Variations 1. Reinforced Concrete Pipe a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible under run of length are in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 River's Edge Phase 3B City Project No. 103251 334110-8 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 8 of 12 1 b. Where rubber gasket pipe joints are to be used, the design of joints and 2 permissible variations in dimensions shall be in accordance with ASTM C443, 3 Sections 7 and 8. 4 2. Cast -in -Place or Precast Box Culvert 5 a. Ensure that precast sections of either type meet the following requirements: 6 1) The inside vertical and horizontal dimensions do not vary from Drawing 7 requirements by more than 1/2 inch or 1 percent, whichever is greater. 8 2) The horizontal or vertical plane at each end of the box section does not vary 9 from perpendicular by more than 1/2 inch or 1 percent, whichever is 10 greater, measured on the inside faces of the section. 11 3) The sides of a section at each end do not vary from being perpendicular to 12 the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, 13 when measured diagonally between opposite interior corners. 14 b. Ensure that wall and slab thicknesses are not less than shown on the Drawings 15 except for occasional deficiencies not greater than 1/4 inch or 5 percent, 16 whichever is greater. 17 1) If proper jointing is not affected, thicknesses in excess of Drawing 18 requirements are acceptable. 19 c. Deviations from the above tolerances will be acceptable if the sections can be 20 fitted at the plant or job site and the joint opening at any point does not exceed 21 1 inch. 22 1) Use match marks for proper installation on sections that have been accepted 23 in this manner. 24 C. Workmanship and Finish 25 1. Reinforced Concrete Pipe 26 a. Ensure that pipe is substantially free from fractures, large or deep cracks and 27 surface roughness. 28 b. Ensure that ends of pipe are normal to the walls and centerline of the pipe 29 within the limits of variations allowed as stated previously. 30 2. Cast -in -Place or Precast Box Culvert 31 a. Fine cracks on the surface of the member that do not extend to the plane of the 32 nearest reinforcement are acceptable unless the cracks are numerous and 33 extensive. 34 b. Repair cracks that extend into the plane of the reinforcing steel in an approved 35 manner. 36 c. Excessive damage, honeycomb or cracking will be subject to structural review. 37 d. The City may accept boxes with repairs that are sound, properly finished and 38 cured in conformance with pertinent Specifications. 39 e. When fine cracks on the surface indicate poor curing practices, discontinue 40 further production of precast sections until corrections are made and proper 41 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 1. Reinforced Concrete Pipe 47 a. Clearly mark the following information on each section of pipe: CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 334110-9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 1 1) Class of pipe 2 2) ASTM designation 3 3) Date of manufacture 4 4) Identification of plant 5 5) Name or trademark of the manufacturer 6 6) Pipe to be used for jacking and boring 7 b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end 8 of each section during the process of manufacture or immediately after with the 9 following: 10 1) The location of the top or bottom of the pipe as it should be installed, 11 unless the external shape of the pipe is such that the correct position of the 12 top and bottom is obvious 13 2) Mark the pipe section by indenting or painting with waterproof paint. 14 2. Cast -in -Place or Precast Box Culvert 15 a. Mark precast boxes with the following: 16 1) Name or trademark of the producer 17 2) Date of manufacture 18 3) Box size 19 4) Minimum and maximum fill heights 20 b. For boxes without lifting holes, mark 1 end of each box section on the inside 21 and outside walls to indicate the top or bottom as it will be installed. 22 c. Indent markings into the box section or paint them on each box with waterproof 23 paint. 24 F. Pipe/Box Rejection 25 1. Individual sections of pipe/box may be rejected if any of the Specification 26 requirements are not met or if any of the following exist: 27 a. Fractures or cracks passing through the shell, with the exception of a single end 28 crack that does not exceed the depth of the joint 29 b. Defects that indicate imperfect proportioning, mixing and molding 30 c. Surface defects indicating honeycombed or open texture 31 d. Damaged ends which would prevent making a satisfactory joint 32 e. Any continuous crack having a surface width of 0.01 inch or more and 33 extending for a length of 12 inch or more 34 2. Mark rejected pipe/box with painted "REJECTED". 35 3. Remove rejected pipe/box immediately from job site and replace with pipe/box 36 meeting the requirements of this Specification. 37 PART 3 - EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 INSTALLATION 42 A. General CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 10 of 12 1 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for 2 open -cut type installation. 3 2. Conform to the requirements of Section 33 05 23 when jacking, boring or tunneling 4 methods are specified on Drawings. 5 3. Establish and maintain lines and grades. 6 B. Pipe/Box Laying — Trench Installation 7 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom 8 conditions. 9 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot 10 or tongue end of the pipe joint pointing downstream, and proceed toward the inlet 11 or upstream end with the abutting sections properly matched, true to the established 12 lines and grades. 13 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box 14 according to manufacturer's recommendation. 15 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing 16 the prepared bedding or sides of trench. 17 5. Carefully clean pipe/box ends before pipe is placed in trench. 18 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each 19 length of pipe/box is laid. 20 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 21 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical 22 reinforcing is used, lay the pipe in trench so that the markings for top or bottom are 23 not more than 5 degrees from the vertical plane through the longitudinal axis of the 24 pipe 25 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment 26 or that shows excessive settlement after laying. 27 C. Multiple Barrel 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 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the 32 inlet end with the abutting sections properly matched. 33 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established 34 lines and grades. 35 D. Jointing 36 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 37 a. Brush -apply a suitable primer, recommended by the manufacturer of the gasket 38 joint sealer, to tongue and groove joint surfaces and end surfaces. 39 1) Ensure that surface to be primed is clean and dry when primer is applied. 40 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement 41 protrusions. 42 3) Allow primer to dry and harden. 43 b. Attach plastic gasket sealer around tapered tongue or tapered groove near the 44 pipe joint hub or shoulder, before laying pipe in trench. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 3341 10-11 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 11 of 12 1 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and 2 press it firmly to the clean, dry pipe joint surface. 3 1) Do not remove the outside wrapper until immediately before pushing pipe 4 into its final position. 5 d. Align the tongue correctly with the flare of the groove. 6 e. Remove outside wrapper on the gasket and pull or push pipe home with 7 sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause 8 evidence of gasket material squeeze -out on inside or outside around complete 9 pipe joint circumference. 10 1) Remove any joint material that pushed out into the interior of pipe. 11 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on 12 line and grade at all times. 13 f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint 14 has been inspected and approved by the Engineer or Inspector. 15 1) Take special precautions in placing and compacting backfill to avoid 16 damage to joints. 17 g. When the atmospheric temperature is below 60 degrees F, store pre -formed 18 flexible joint sealants in an area warmed to above 70' degrees F or artificially 19 warmed to this temperature in a manner satisfactory to the Engineer. 20 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, 21 followed by connection to previously laid pipe. 22 2. Rubber Gaskets 23 a. Make the joint assembly according to the recommendations of the gasket 24 manufacturer. 25 b. When using rubber gaskets, make joints watertight. 26 c. Backfill after the joint has been inspected and approved. 27 E. Backfill 28 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. 29 F. Pipe fittings 30 1. Poured Concrete Pipe Collars 31 a. Provide collars for locations shown on Drawings. 32 b. Collar cost is considered subsidiary to bid price for furnishing and installing 33 reinforced concrete pipe. No extra payment will be made for installation of 34 concrete pipe collars shown on the Drawings. 35 2. Shop and Field -Fabricated Wyes, Tees, Crosses and Bends 36 a. Furnish and install shop or field -fabricated wyes, tees, crosses or bends as 37 indicated on Drawings or required by the Engineer. 38 b. Shop -fabricate fittings for maximum pipe size less than 24-inches in diameter 39 for the larger pipe. 40 c. Field -fabricate fittings with 24-inch or greater diameter for the larger pipe. 41 d. Field -fabricate fittings for box culverts. 42 e. Take care in fabrication that concrete walls of pipe are broken back only 43 enough to provide the required finished opening. 44 f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a 45 rigid connection. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 3341 10 - 12 REINFORCED CONCRETE STORM DRAIN PIPEXULVERTS Page 12 of 12 1 g. Concrete or mortar (as specified in this segment) shall be wiped over the 2 reinforcing wires connecting the 2 pipe joints, compacted by light blows, 3 shaped to the contour of the pipe barrels, lightly brushed for finish and cured 4 under wet burlap. 5 3. Poured Concrete Pipe Plugs 6 a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines 7 terminate at locations with no connection to drainage structures. 8 b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and 9 installing reinforced concrete pipe. No extra payment will be made for 10 installation of concrete pipe plugs shown on the Drawings. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL 14 A. Field Tests and Inspections 15 1. Video Inspection 16 a. Perform post -construction TV inspection of all installed reinforced concrete 17 pipes/boxes conforming to the requirements of Section 33 01 31. 18 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. 19 a. At the City's discretion, replace any pipe/box that is determined to have 20 jointing problems, cracking or significant debris. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 27 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 28 29 DATE NAME 30 END OF SECTION Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE River's Edge Phase 3B City Project No. 103251 334910-1 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 1 of 6 1 SECTION 33 49 10 2 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain cast -in -place concrete manholes and junction boxes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Division 3 — Concrete 14 4. Section 03 30 00 — Cast -In -Place Concrete 15 5. Section 3123 16 — Unclassified Excavation 16 6. Section 3150 00 — Excavation Support and Protection 17 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Storm Drain Manhole Risers 22 a. Measurement 23 1) Measurement for this Item shall be per each Manhole Riser complete, or 24 completed to the stage of construction required by Drawings. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and will be paid for at the unit price bid per each "Manhole Riser" installed 28 for: 29 a) Various Sizes 30 c. The price bid shall include: 31 1) Mobilization 32 2) Excavation 33 3) Hauling 34 4) Disposal of excess materials 35 5) Furnishing, placement and compaction of embedment 36 6) Furnishing, placement and compaction of backfll 37 7) Manhole construction 38 8) Manhole frames 39 9) Steps 40 10) Ring and Cover 41 11) Clean-up CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 334910-2 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 2 of 6 1 2. Storm Junction Boxes 2 a. Measurement 3 1) Measurement for this Item shall be per each Junction Box complete, or 4 completed to the stage of construction required by Drawings. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 will be paid for at the unit price bid per each "Storm Junction Box" 8 installed for: 9 a) Various sizes 10 c. The price bid shall include: 11 1) Mobilization 12 2) Excavation 13 3) Hauling 14 4) Disposal of excess materials 15 5) Furnishing, placement and compaction of embedment 16 6) Furnishing, placement and compaction of backfill 17 7) Junction Box construction 18 8) Junction Box frames 19 9) Steps 20 10) Ring and Cover 21 11) Clean-up 22 3. Storm Junction Structure 23 a. Measurement 24 1) Measurement for this Item shall be per each Junction Structure complete, or 25 completed to the stage of construction required by Drawings. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 will be paid for at the lump sum price bid per each "Storm Junction 29 Structure" location. 30 c. The price bid shall include: 31 1) Mobilization 32 2) Excavation 33 3) Hauling 34 4) Disposal of excess materials 35 5) Furnishing, placement and compaction of embedment 36 6) Furnishing, placement and compaction of backfill 37 7) Junction Box construction 38 8) Junction Box frames 39 9) Steps 40 10) Ring and Cover 41 11) Clean-up 42 1.3 REFERENCES 43 A. Reference Standards 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of this 46 Specification, unless a date is specifically cited. 47 2. ASTM International (ASTM): CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 334910-3 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 3 of 6 1 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 2 Sections. 3 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 4 Materials. 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to delivery. 9 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 10 A. Certificates 11 1. Furnish manufacturer's certificate of compliance that their product meets the 12 physical testing requirements of this Specification for the materials referenced. 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS 20 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 21 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 22 A. Concrete 23 1. Furnish concrete that conforms to the provisions of Section 03 30 00. 24 B. Reinforcing Steel 25 1. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 26 C. Frames, Grates, Rings, and Covers 27 1. Provide frames, grates, rings and covers that conform to dimensions and materials 28 shown on Drawings and Section 33 05 13. 29 2. Ensure that covers and grates fit properly into frames and seat uniformly and 30 solidly. 31 D. Steps 32 1. Provide polypropylene supports and steps to the shape and dimensions shown on 33 Drawings that meet the requirements of ASTM D4101 and ASTM C478, Section 34 16, "Steps and Ladders." CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 334910-4 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 4 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Perform all concrete work in accordance with Division 3. 10 2. Use of forms is required for all concrete walls, except where the nature of the 11 surrounding material is such that it can be trimmed to a smooth vertical face 12 a. Outside form for concrete bases supporting brick walls may be omitted with 13 approval from the Engineer. 14 3. Cast polypropylene supports and steps into concrete walls when concrete is placed 15 or drill and grout steps in place after concrete placement. 16 B. Excavation and Embedment 17 1. Conform to the requirements of Section 3123 16, Section 3150 00 and Section 33 18 05 10, where applicable. 19 C. Manholes for Precast Concrete Drain Pipes 20 1. Construct manholes for precast concrete pipe drains as soon as is practicable after 21 drain lines into or through the manhole locations are completed. 22 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up 23 with mortar. 24 D. Manholes for Monolithic Drain Pipes 25 1. Construct bases for manholes on monolithic drain pipes either monolithically with 26 the drain pipe or after the pipe is constructed. 27 E. Manholes for Box Drains 28 1. Cast bases for manholes for box drains as an integral part of the drainage system. 29 2. Manholes may be constructed prior to backfilling or, if the Contractor so elects, 30 manhole opening may be temporarily covered with timber to facilitate compaction 31 of backfill for the pipe system as a whole with tractor equipment. 32 a. Perform required excavation for manhole, construct manhole and backfill in 33 accordance with Drawings. 34 3. For manholes that are over 5-feet deep, include all manhole steps required in the 35 wall of the box drain. 36 F. Junction Structures 37 1. All structures shall be installed as specified in Drawings. 38 G. Inverts CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 334910-5 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 6 1 1. Shape and route floor inverts passing out or through the manhole as shown on the 2 Drawings. 3 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 4 the required additional material with the base. 5 H. Curing 6 1. Cure all exposed concrete as required in Division 3. 7 I. Finishing 8 1. Finish all concrete as required in Division 3. 9 J. Form Removal 10 1. Remove concrete form as required in Division 3. 11 K. Placement and Treatment of Castings, Frames, and Fittings 12 1. Place castings, frames and fittings in positions indicated on Drawings or as directed 13 by Engineer, true to line and correct elevation. 14 2. Frames or fittings set in new concrete or mortar 15 a. Place and position anchors or bolts before concrete mortar is placed. 16 b. Do not disturb unit until mortar or concrete has set. 17 3. Frames or fittings placed upon previously constructed masonry 18 a. Bring bearing surface or masonry true to line and grade, and present an even 19 bearing surface, so that entire face or back of unit will come in contact with 20 masonry. 21 b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as 22 directed and approved by the Engineer. 23 4. Ensure that units are set firm and secure. 24 5. Allow concrete or mortar to harden for a minimum 7 days. 25 6. Replace and fasten down grates or covers. 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 334910-6 CAST -IN -PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 49 20 CURB AND DROP INLETS 334920-1 CURB AND DROP INLETS Page 1 of 5 5 A. Section Includes: 6 1. Construction of inlets, complete in place or to the stage detailed 7 a. Including furnishing and installing frames, grates, rings and covers 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Division 3 — Concrete 14 4. Section 02 41 13 — Selective Site Demolition 15 5. Section 03 30 00 — Cast -In -Place Concrete 16 6. Section 03 80 00 — Modifications to Existing Concrete Structures 17 7. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 8. Section 33 05 13 — Frame, Cover and Grade Rings 19 9. Section 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures 20 to Grade 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be per each inlet complete in place. 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Inlet" installed for: 28 1) Various types 29 2) Various sizes 30 3. The price bid shall include: 31 a. Furnishing and installing the specified Inlet 32 b. Mobilization 33 c. Excavation 34 d. Hauling 35 e. Disposal of excess materials 36 f. Furnishing, placement and compaction of embedment 37 g. Furnishing, placement and compaction of backfill 38 h. Concrete 39 i. Reinforcing steel 40 j. Mortar CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 334920-2 CURB AND DROP INLETS Page 2 of 5 1 k. Aluminum and castings 2 1. Frames 3 in. Grates 4 n. Rings and covers 5 o. Clean-up 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. ASTM International (ASTM): 12 a. C478, Standard Specification for Precast Reinforced Concrete Manhole and 13 Inlet Sections. 14 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 15 Materials. 16 c. C309, Standard Specification for Liquid Membrane -Forming Compounds for 17 Curing Concrete. 18 3. Texas Department of Transportation (TxDOT). 19 a. Departmental Materials Specification (DMS): 20 1) 7340, Qualification Procedure for Multi -Project Fabrication Plants of 21 Precast Concrete Manholes and Inlets. 22 1.4 ADMINISTRATIVE REQUIREMENT [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 01 33 00. 25 B. All submittals shall be approved by the City prior to delivery. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 27 A. Product Data 28 1. Precast Concrete Inlet 29 2. Pipe connections at inlet walls 30 3. Stubs and stub plugs 31 4. Admixtures 32 5. Concrete Mix Design 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 334920-3 CURB AND DROP INLETS Page 3 of 5 1 PART2- PRODUCTS 2 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 4 A. Materials 5 1. Concrete 6 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 7 2. Reinforcing Steel 8 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 9 3. Mortar 10 a. Furnish mortar per Section 03 80 00. 11 4. Steps 12 a. Provide polypropylene supports and steps conforming to the shape and 13 dimensions shown on the Drawings that meet the requirements of ASTM 14 D4101 and ASTM C478, Section 16, "Steps and Ladders." 15 5. Curing Materials 16 a. Curing materials shall conform to the provisions of Division 3. 17 6. Frames, Grates, Rings and Covers 18 a. Provide frames, grates, rings and covers that conform to dimensions and 19 materials shown on Drawings and Section 33 05 13. 20 b. Ensure that covers and grates fit properly into frames and seat uniformly and 21 solidly. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 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 A. Interface with Other Work 33 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I 34 and Stage 11. 35 a. Build inlets designed to match the final roadway surface in stages. 36 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in 37 this Section. 38 a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 334920-4 CURB AND DROP INLETS Page 4 of 5 1 3. Construct Stage II after the pavement structure is substantially complete unless 2 otherwise approved by the Engineer. 3 a. For Stage II, construct the remaining wall height and top of inlet and furnish 4 and install any frames, grates, rings and covers, manhole steps, curb beams or 5 collecting basins required. 6 B. Cast -In -Place Inlets 7 1. Construct 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 with 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 C. Inlets for Precast Concrete Drain Pipes 15 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm 16 drain lines into or through the inlet locations are completed. 17 a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with 18 mortar. 19 D. Inlets for Monolithic Drain Pipes 20 1. Construct bases for inlets on monolithic drain pipes either monolithically with the 21 storm drain or after the storm drain is constructed. 22 E. Inverts 23 1. Shape and route floor inverts passing out or through the inlet as shown on the 24 Drawings. 25 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 26 the required additional material with the base. 27 F. Finishing Complete Inlets 28 1. Complete inlets in accordance with the Drawings. 29 2. Backfill to original ground elevation in accordance with Section 33 05 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 05 10. 34 H. Stage 11 Construction 35 1. Construct subgrade and base course or concrete pavement construction over Stage I 36 inlet construction, unless otherwise approved by the Engineer. 37 2. Excavate to expose the top of Stage I construction and complete the inlet in 38 accordance with the Drawings and these Specifications, including backfill and 39 cleaning of all debris from the bottom of the manhole or inlet. 40 I. Form Removal 41 1. Forms used in the construction of "Inlets" which support vertical loads will remain 42 in place at least 24 hours after the concrete is placed. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised December 20, 2012 334920-5 CURB AND DROP INLETS Page 5 of 5 1 2. Other forms shall remain in place for a minimum time 24 hours after concrete is 2 placed, unless otherwise directed by the Engineer. 3 J. Curing 4 1. Cure all exposed concrete as required in Section 03 30 00. 5 K. Finishing 6 1. Conform to Section 03 30 00. 7 3.5 REPAIR [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING 12 A. Refer to Section 33 05 14. 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 19 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 River's Edge Phase 3B City Project No. 103251 334940-1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Pagel of 5 1 SECTION 33 49 40 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain headwalls, wingwalls, and safety end treatments 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 02 41 13 — Selective Site Demolition 14 4. Section 03 30 00 — Cast -In -Place Concrete 15 5. Section 3137 00 — Riprap 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 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 PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Concrete Headwall 25 a. Measurement 26 1) Measurement for this Item shall be per each "Headwall" satisfactorily 27 completed as specified on the Drawings. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each "Headwall" installed for: 31 a) Various pipe sizes 32 b) Various types 33 c) Various number of pipes 34 c. The price bid shall include: 35 1) Constructing, furnishing, transporting and installing the Concrete Headwall 36 2) Connecting to the existing structure 37 3) Breaking back, removing and disposing of portions of the existing structure 38 4) Replacing portions of the existing structure to make connections 39 5) Excavation 40 6) Hauling CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 334940-2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 1 7) Disposal of excess material 2 8) Furnishing, placing and compaction of backfill 3 9) Concrete, as required by Drawings 4 10) Reinforcing Steel, if required by Drawings 5 11) Corrugated metal pipe, if required by Drawings 6 12) Reinforced concrete pipe, if required by Drawings 7 13) Clean-up 8 2. Safety End Treatment 9 a. Measurement 10 1) Measurement for this Item shall be per each "SET" satisfactorily completed 11 as specified on the Drawings. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 will be paid for at the unit price bid per each "SET" installed for: 15 a) Various types 16 b) Various pipe sizes 17 c) Various number of pipes 18 c. The price bid shall include: 19 1) Constructing, furnishing, transporting and installing the Concrete Headwall 20 2) Connecting to the existing structure 21 3) Breaking back, removing and disposing of portions of the existing structure 22 4) Replacing portions of the existing structure to make connections 23 5) Excavation 24 6) Hauling 25 7) Disposal of excess materials 26 8) Furnishing, placing and compaction of backfill 27 9) Concrete, as required by Drawings 28 10) Reinforcing Steel, if required by Drawings 29 11) Corrugated metal pipe, if required by Drawings 30 12) Reinforced concrete pipe, if required by Drawings 31 13) Clean-up 32 1.3 REFERENCES 33 A. Definitions 34 1. Headwalls - all walls, including wings, at the ends of single -barrel and multiple- 35 barrel pipe culvert structures 36 2. Wingwalls - all walls at the ends of single -barrel or multiple -barrel box culvert 37 structures 38 B. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS 44 1. Refer to Section 03 30 00. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 334940-3 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 1 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Delivery and Acceptance Requirements 7 1. Marking 8 a. Before shipment from the casting or fabrication yard, clearly mark the 9 following on each precast unit: 10 1) Date of manufacture 11 2) Name or trademark of the manufacturer 12 3) Type and size designation 13 2. Causes for Rejection 14 a. Precast units may be rejected for not meeting any one of the Specification 15 requirements. 16 b. Individual units may also be rejected for fractures or cracks passing through the 17 wall or surface defects indicating honeycombed or open texture surfaces. 18 c. Remove rejected units from the project, and replace them with acceptable units 19 meeting the requirements of this Section. 20 B. Storage and Handling Requirements 21 1. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 2. Store precast units on a level surface. 24 3. Do not place any loads on precast concrete units until design strength is reached. 25 4. Do not ship units until design strength requirements have been met. 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 30 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 31 A. Materials 32 1. 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. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 334940-4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 1 1) Safety End Treatment will be precast for 30-inch and smaller diameters and 2 cast in place for greater than 30-inch diameters. 3 2. Fabrication Tolerances 4 a. Lifting Holes 5 1) For precast units, provide no more than 4 lifting holes in each section. 6 2) Lifting holes may be cast, cut into fresh concrete after form removal or 7 drilled. 8 3) Provide lifting holes large enough for adequate lifting devices based on the 9 size and weight of the section. 10 a) The maximum hole diameter is 3 inches at the inside surface of the wall 11 and 4 inches at the outside surface. 12 b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per 13 layer of reinforcing steel when locating lift holes. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION 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 1. Make connections to new or existing structures in accordance with the details 26 shown on the Drawings. 27 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the 28 Drawings. 29 B. Excavation, Shaping, Bedding and Backfill 30 a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. 31 b. Take special precautions in placing and compacting the backfill to avoid any 32 movement or damage to the units. 33 c. Bed precast units on foundations of firm and stable material accurately shaped 34 to conform to the bases of the units. 35 C. Placement of Precast Units 36 a. Provide adequate means to lift and place the precast units. 37 1) Utilize sufficient number of lifting holes to ensure that the units are not 38 damaged during lifting. 39 b. Fill lifting holes with mortar or concrete and cure. 40 1) Precast concrete or mortar plugs may be used. CITY OF FORT WORTH River's Edge Phase 313 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 334940-5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 1 3.5 REPAIR 2 A. Occasional imperfections in manufacture or accidental damage sustained during 3 handling may be repaired. 4 1. The repaired units will be acceptable if they conform to the requirements of this 5 Section and the repairs are sound, properly finished and cured in conformance with 6 pertinent Specifications. 7 B. Repair spalled areas around lifting holes. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 19 Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised July 1, 2011 34 41 30 - 1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 9 1 SECTION 34 4130 2 ALUMINUM SIGNS AND SIGN POSTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Aluminum signs installed on mast arms, signal poles, or steel posts. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs 15 a. Measurement 16 1) Measurement for this Item shall be per each sign installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 shall be paid for at the unit price bid per each "Furnish/Install Alum Sign 20 Mast Arm Mount" installed for: 21 a) Various types 22 c. The price bid shall include: 23 1) Fabricating the aluminum sign 24 2) Treatment of sign panels required before application of background 25 materials 26 3) Application of the background materials and messages to the sign panels 27 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 28 backing strips 29 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 30 support connections 31 6) Assembling and erecting the signs 32 7) Preparing and cleaning the signs 33 2. Installing Mast Arm or Signal/Street Light Pole Mounted Aluminum Signs 34 a. Measurement 35 1) Measurement for this Item shall be per each sign installed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 shall be paid for at the unit price bid for each "Install Alum Sign Mast Arm 39 Mount" installed. 40 c. The price bid shall include: 41 1) Installing each Aluminum Sign CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 12, 2013 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 34 41 30 - 2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 9 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Furnish/Install Alum Sign Ground Mount" installed for: a) Various types c. The price bid shall include: 1) Fabrication of signs and posts 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Scheduling utility line locates 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 7) Assembling and erecting the signs and posts 8) Preparing and cleaning the signs 4. Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Ground Mount" installed. c. The price bid shall include: 1) Scheduling utility line locates 2) Assembling and erecting the signs and posts 3) Preparing and cleaning the signs 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Alum Sign Ex. Pole Mount" furnished and installed. c. The price bid shall include: 1) Furnishing and installing the aluminum sign 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 River's Edge Phase 3B City Project No. 103251 34 41 30 - 3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 1 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 2 support connections 3 4) Assembling and erecting the signs 4 5) Preparing and cleaning the signs 5 6. Installing Aluminum Signs Mounted on Existing Poles 6 a. Measurement 7 1) Measurement for this Item shall be per each sign installed. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the unit price bid per each "Install Alum Sign Ex. Pole 11 Mount" installed. 12 c. The price bid shall include: 13 1) Fabricating the aluminum sign 14 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 15 backing strips 16 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 17 support connections 18 4) Assembling and erecting the signs 19 5) Preparing and cleaning the signs 20 7. Removal of Signs 21 a. Measurement 22 1) Measurement for this Item shall be per each sign panel removed, each sign 23 panel and post removed, and each sign panel and post removed and 24 reinstalled. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Remove Sign" for: 28 a) Various types 29 b) Various configurations 30 c. The price bid shall include: 31 1) Removal of sign panel and post 32 2) Removal of sign panel 33 3) Backfill 34 4) Excavation 35 5) Returning materials to the City as specified in the plans 36 6) Cleaning sign panel if sign is to be reinstalled 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. 42 2. American Standard Testing Materials (ASTM) 43 a. ASTM B209-07— "Standard Specification for Aluminum and Aluminum -Alloy 44 Sheet and Plate". 45 b. ASTM D4956 — 09el — "Standard Specification for Retroreflective Sheeting for 46 Traffic Control". CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 12, 2013 34 41 30 - 4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 1 c. ASTM A 10 11 / A1011- 10 — "Standard Specification for Steel, Sheet and Strip, 2 Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low- 3 Alloy with Improved Formability, and Ultra -High Strength". 4 d. ASTM B 117-09 — "Standard Practice for Operating Salt Spray (Fog) 5 Apparatus". 6 e. AASHTO M 120-08 — "Standard Specification for Zinc". 7 3. Texas Manual on Uniform Traffic Control Devices 8 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 9 Transportation, Standard Specifications for Construction and Maintenance of 10 Highways, Streets, and Bridges. 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Submittals shall be in accordance with Section 01 33 00. 14 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 15 specials. 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 17 A. Shop Drawings 18 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for 19 approval prior to fabrication. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING 24 A. Delivery and Acceptance Requirements 25 1. Signs and parts shall be properly protected so that no damage or deterioration 26 occurs during a prolonged delay from the time of shipment until installation. 27 2. The Contractor shall secure and maintain a location to store the material in 28 accordance with Section 01 50 00. 29 B. Storage and Handling 30 1. Ship, handle, and store completed sign blanks and completed signs so that corners, 31 edges, and faces are not damaged. 32 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 33 night and day, will be acceptable. 34 3. Replace unacceptable signs. 35 4. Store all finished signs off the ground and in a vertical position until erected. 36 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 37 6. Larger signs may be stored outside. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 12, 2013 34 41 30 - 5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 5 A. Refer to Drawings and Contract Documents to determine if any Items are to be 6 purchased from the City and installed by the Contractor. 7 B. Items eligible for purchase from the City include: 8 1. Aluminum Signs 9 2.2 MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed in the City's Standard Products List will be 12 considered as shown in Section 0160 00. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 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 B. Sign blanks 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy meeting Specifications for 5052H38 as outlined in ASTM B 209 — 02a. 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, dirt, grease, oil, white rust, fingerprints and/or other irregularities. 3. Sign blanks shall be degreased and etched according to industry standards and shall have an alodined finish applied per MIL-05541 Class IA. 4. The thickness of each sign blank shall be uniform throughout. C. Sign sheeting 1. Acrylic overlay film a. This film shall be applied to Type I, Type II, Type IV, Type IX, and other retroreflective sheeting for permanent signing. b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 1170. c. 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. 2. Non -reflective vinyl film a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting for permanent signing. The film shall be equal to or better than 3M Scotchcal ElectroCut Film Series 7725. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 River's Edge Phase 3B City Project No. 103251 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 34 41 30 - 6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 b. Film shall be: 1) Durable 2) 2 mil opaque cast vinyl 3) Coated with a transparent, pressure -sensitive adhesive 4) Have a removable synthetic liner — paper line is not acceptable c. Film colors can include yellow, green, blue, brown, red, and orange. 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: a. Be combined with other components for permanent signing b. Typically be an unmetallized microprismatic lens retroreflective element material c. Have a smooth outer surface that essentially has the property of the retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for the adhesion to smooth, clean surfaces. d. Be equal to or better than 3M Series 3930 e. Be of colors including white, yellow, green, red, blue, and brown 4. Super -high efficiency full cube retroreflective sheeting with pressure sensitive adhesive shall: a. Be combined with other components for permanent signing b. Be a super -high efficiency, full cube retroreflective sheeting having the highest retroreflectivity characteristics at medium and short road distances. c. Typically be a microprismatic retroreflective element material d. Have a smooth outer surface that essentially has the property of retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for adhesion to smooth, clean surfaces. e. Be equal to or better than 3M Series 4000 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent yellow, fluorescent yellow green, and fluorescent orange D. Telescoping Steel Sign Post 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled Carbon Sheet Steel, Structural Quality ASTM designation A 10 11 / A1011- 10. 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 3. All posts and anchors shall be manufactured from raw steel, formed and welded on the corner prior to receiving a triple coat protection of inline hot -dipped, galvanized zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate conversion coating and a cross -linked polyurethane acrylic exterior coating. 4. The interior shall receive a double coat of zinc based organic coating, tested in accordance with ASTM B-117-09. E. Hardware 1. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 River's Edge Phase 3B City Project No. 103251 34 41 30 - 7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 FABRICATION 8 A. Sign blanks 9 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 10 of buckles, warps, burrs, dents, cockles, or other defects. 11 2. Do not splice individual extruded aluminum panel. 12 3. Complete the fabrication of sign blanks, including the cutting and drilling or 13 punching of holes, before cleaning and degreasing. 14 4. After cleaning and degreasing, ensure that the substrate does not come into contact 15 with grease, oils, or other contaminants before the application of the reflective 16 sheeting. 17 B. Sign sheeting 18 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 19 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 20 the sheeting manufacturer. 21 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 22 manner as the sign panel face. 23 4. Minimize the number of splices in the sheeting. 24 5. Overlap the lap -splices by at least 1/4 inch. 25 6. Provide a 1-foot minimum dimension for any piece of sheeting. 26 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 27 transparent films. 28 C. Sign messages 29 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 30 2. Use sign message material from the same manufacturer for the entire message of a 31 sign. 32 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 33 color and reflectivity. 34 4. Prevent runs, sags, and voids. 35 D. Telescoping steel sign posts 36 1. Permissible variation in straightness is l/16 inch in 3 feet. 37 2. Tolerances are on the outside size. CITY OF FORT WORTH River's Edge Phase 3B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103251 Revised November 12, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 34 41 30 - 8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 9 Measurements for outside dimensions shall be made at least 2 inches from end of tube. Nominal Outside Outside Tolerance Dimensions at all Side Corners (inches) (inches) 1 '/2 X 1 %2 f0.006 1 3/4 X 1 3/4 10.008 2 X 2 ±0.008 2 '/4 X 2 '/4 f0.010 2 %2 X 2 %2 f0.010 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 f 0.01 inch applied to the specific size determined at the corner. 5. Squareness of Sides and Twist Nominal Squareness Twist Permissible in 3 Outside Dimensions Tolerance inches Lengths (inches) (inches) (inches) 1 %2 X 1 %2 f0.009 0.050 1 3/4 X 1 3/4 f0.010 0.062 2 X 2 f0.012 0.062 2 '/4 X 2 '/4 f0.014 0.062 2 %2 X 2 '/2 f0.015 0.075 6. All top posts must be capable of fracturing at the point of connection with a single anchor, when impacted, in such a manner that the piece inside of the anchor can be removed so as to allow the anchor to receive a new top post. 7. The shape of all posts and anchors shall be square and straight with smooth tubing welded in one corner with a tolerance that permits telescoping of the next larger or small size, in '/4-inch increments. 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch diameter on 1-inch centers for at least the top 4 inches of the anchor while being truly aligned in the center of the section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 River's Edge Phase 3B City Project No. 103251 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 34 41 30 - 9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on f- inch centers for the entire length of the post and truly aligned in the center of section. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Wash completed signs with a biodegradable cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt, smears, streaks, finger marks, and other foreign material. B. Wash again before final inspection after erection. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 12, 2013 River's Edge Phase 3B City Project No. 103251