Loading...
HomeMy WebLinkAboutContract 43042 (2)CITY SECRETARY CITY SECRETARY D.O.E. FILE FORT WORTH corimacioas SOWING co. corvsTaucn6N1 COPY CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF CONTRACT 1VC• 44 30 4� 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 2) GROUP 2A: KEARNEYA VE. , LORAINE ST. & MENEFEE AVE. GROUP 2B: DAMON A VE., HOLDEN ST. & McLEMORE A VE. City Project No. #00951 City Project No. #00952 Betsy Price Thomas Higgins Mayor City Manager S. Frank Crumb, P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation / Public Works Department Richard Zavala Director, Parks & Community Services Department Prepared for The City of Fort Worth T/PW & Water Department oFFlClAl- RECORD CITY SECRE,7ARY .ffi 2011 QUNAway DUNAWAY ASSOCIATES, L.P. 550 Bailey Avenue, Suite 400 Ft. Worth, TX 76107 : 817-335-1121 /Fax: 817-429-1370 www.dunaway-assoc.com •. KERVd�I �i. CAMPBELL • ;I Ali, s>•a��� AZ%%f/ City of Fort Worth, Texas Mayor and Council Communication ���� � � COUNCIL ACTION: Approved on 3/20/2012 - Ordinance Nos. 20118-03-2012 & 20119-03- 2012 DATE: Tuesday, March 20, 2012 REFERENCE NO.: C-25505 LOG NAME: 202007 CO CONTRACTS 2A & 2B DIST 2 SUBJECT: Authorize Execution of a Contract with Conatser Construction TX, LP, in the Amount of $2,927,612.50 for Pavement Reconstruction, Water and Sanitary Sewer Main Replacement in Seven Streets Within the Northside and Northeast Sectors Utilizing $2,645,200.64 from the 2007 Critical Capital Projects Fund and $837,343.12 from the Water and Sewer Capital Projects Funds to Provide for Construction Contract Costs, Contingencies and Construction Services for a Project Total of $3,482,543.76 and Adopt Appropriation Ordinances (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $837,343.12 from the Water and Sewer Fund in the amounts of $675,641.90 to the Water Capital Projects Fund and $161,701.22 to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the Water Capital Projects Fund by the amount of $675,641.90 (Project No. 00951, $424,227.80, Project No. 00952, $251,414.10) and the Sewer Capital Project Fund by the amount of $161,701.22 (Project No. 00951, $111,420.25, Project No, 00952, $50,280.97), from available funds; and 3. Authorize the execution of a contract with Conatser Construction TX, LP, in the amount of $2,927,612.50 for pavement reconstruction, water and sanitary sewer main replacement for the streets listed below. DISCUSSION: As a part of the 2007 Critical Capital Program the following neighborhood streets will be reconstructed. Contract 2A-Council District 2: _ _. _. _ Kearney Avenue Northwest Loraine Street to Northwest ; 35th Street ;Loraine iGrayson Avenue to Robinson Street Street Northwest _ - ------ _--- .---- -- ___ __ - _ ___ _ _ _ _ ,Menefee Avenue 'Azle Avenue to Northwest 30th Street _ _ __ . Contract 2B-Council District 2: Logname: 202007 CO CONTRACTS 2A 2B DIST 2 Page 1 of 4 iDamon Avenue 'North Chandler Drive to North Riverside Drive ;Holden Street �Race Street to Murphy Street '`,McLemore Avenue ;Blandin Street to North Chandler Drive jMurphy Street Blandin Street to North Riverside Drive In addition to pavement reconstruction, deteriorated water and sewer lines are to be replaced as speci�ed by the Water Department. The new pavement section will consist of eight-inch reinforced concrete over six-inch lime stabilized sub-grade with seven-inch integral concrete curb. The contract was advertised for bid on December 8, 2011 and December 15, 2011, in the Fort Worth Star- Tele rc1 am• On January 12, 2012, the following bids were received: Conatser Construction TX, LP Stabile and Winn Inc. JLB Contracting LLC. The Fain Group Inc. Jackson Construction �imited Ed A Wilson, Inc. Bid Amount $2,927,612.50 $2,939,396.20 $3,121,870.23 $3,245,828.60 $3,291,699.15 $3,808,830.75 City Staff recommends that the low bid in the amount of $2,927,612.50 submitted by Conatser Construction TX, LP, be selected and a contract awarded. In addition, $554,931.26 (TPW $357,619.14, Water $146,514.40, Sewer $50,797.72) will be utilized for contingencies and construction services including surveying, material testing and construction inspection. Conatser Construction TX, LP, is in compliance with the City's M/WBE Ordinance by committing to 23 percent M/WBE participation. The City's goal on this project is 23 percent. This project is located in COUNCIL DISTRICT 2, Mapsco 47Z, 61 D, 63Q and 63R. FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the 2007 Critical Capital Projects Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers 1&2� P253 476045 6021700951ZZ 1&2)P258 476045 7021700951ZZ 1&2)P253 476045 6021700952ZZ 1&2)P258 476045 7021700952ZZ 2)P253 531350 602170095152 FROM Fund/Account/Centers $424,227.80 1) PE45 538040 0609020 $111,420.25 1) PE45 538040 0709020 $251,414,10 3)P253 541200 602170095183 $50,280.97 3)P253 541200 602170095283 �13,233.00 3� P258 541200 702170095183 $675.641.90 $161,701.22 $332,076.00 $197,051.50 $87.466.25 Logname; 202007 CO CONTRACTS 2A 2B DIST 2 Page 2 of 4 2) P253 531350 602170095180 2)P253 531350 602170095182 2)P253 541200 602170095183 2) P253 531200 602170095184 2�P253 531350 602170095184 2)P253 531350 602170095185 2)P253 531350 602170095191 2)P253 511010 602170095193 2� P253 531350 602170095194 2) P253 531350 602170095252 2)P253 531350 602170095280 2) P253 531350 602170095282 2)P253 541200 602170095283 2)P253 531200 602170095284 2)P253 531350 602170095284 2) P253 531350 602170095285 21P253 531350 602170095291 2)P253 511010 602170095293 2)P253 531350 602170095294 2)P258 531350 702170095152 2�P258 531350 702170095180 2)P258 531350 702170095182 2)P258 541200 702170095183 2)P258 531200 702170095184 2)P258 531350 702170095184 2)P258 531350 702170095185 2)P258 531350 702170095191 2)P258 511010 702170095193 2)P258 531350 702170095194 2)P258 531350 702170095252 2)P258 531350 702170095280 2)P258 541200 702170095283 � P258 531350 702170095284 2)P258 531200 702170095284 2)P258 531350 702170095285 2�P258 531350 702170095291 2)P258 511010 702170095293 2)P258 531350 702170095294 CERTIFICATIONS: 9 900.00 3� P258 541200 702170095283 1 500.00 3) C295 541200 202400095183 $348,679.80 3) C295 541200 202400095283 6 616.00 1 600.00 $39.699.00 1 000.00 1 000.00 1 000.00 6 200.00 1 500.00 310.00 $206.904.10 5 000.00 1 500.00 $27, 000.00 1 000.00 1 000.00 1 000.00 2 379.00 2 000.00 1 500.00 $93.466.25 1 189.00 750.00 7 136.00 1 000.00 1 000.00 1 000.00 6 000.00 1 500.00 $25.780.97 1 500.00 2 500.00 $10, 000.00 1 000.00 1 000.00 1 000.00 $23,437.25 $1,716,788.50 $570,793.00 Logname: 202007 CO CONTRACTS 2A 2B DIST 2 Page 3 of 4 Submitted for City Manager's Office b� Originating Department Head: Additional lnformation Contact: Fernando Costa (6122) Douglas W. Wiersig (7801) Najib Fares (7802) Khal Jaafari (7872) ATTACHMENTS 1. 00952 .pdf (CFW Internal) 2. 202007 CO CONTRACTS 2A & 26 DIST 2 P258 A012.doc (Public) 3. 202007 CO CONTRACTS 2A & 2B DIST 2 P253.pdf (Public) ' 4. C295-485219-201409990100.DOC (CFW Internal) 5. Map 2007 CO Contracts 2A 2B Dist 2(2).pdf (Public) 6. MWBE Compliance form contract 2A & 2B Dist 2 2007 Critical Capital Program Feb 9th 2012 .pdf (CFW Internal) 7. PE45-538040-0609020.doc (CFW Internal) 8. PE45-538040-0709020.doc (CFW Internal) 9. Sewer FAR Cont 2B Dist 2 Project 00952.pdf (CFW Internal) 10. Sewer FAR Contract 2A Dist 2 Project 00951.pdf (CFW Internal) 11. TPW FAR Cont 2A Dist 2 Project 00951.pdf (CFW Internal) 12. Water FAR Cont 2B Dist 2 Proiect 00952.pdf (CFW Internal) 13, Water FAR Contract 2A Dist 2 Project 00951.pdf (CFW Internal) Logname: 202007 CO CONTRACTS 2A 2B DIST 2 Page 4 of 4 CITY OF FORT WORTH TRANSPORTATION AND PUB LIC WORICS DEPARTMENT ADDENDUM NO. 1 2007 CRITICAL CAPITAL PROJECT, COUNCIL WATER, SANITARY SEWER, PAVING & DRAINAG� IMPROVEMENTS DISTRICT #2 NEIGHBORHOOD STREETS CITY PROJECT No. 00951 and 00952 ADDENDUM RELEASE DATE: January 10, 2012 BIDS RECEIVED DATE: January 12, 2012 INFORMATION TO BIDDERS: The Plans, Specifications and Contract Documents for the above mentioned project are hereby revised and amended as follows: 1. SECTION 00 41 00 Bid Form Page 2 of 3- Revise time of completion fi•om 240 days to 465 calend�u• d«Vs. 2. SECTION 00 42 43 Bid Form Project 2B Page 2 of 2- Overall Project Bid Summaiy Tables added. Also, note added stating "P�•oiect will be trwarded bnsed on tlre total conrbin�rtion b�rse bid of Str�eet Grotrps 2A & 2B. " 3. SECTION 31 25 00 Erosion and Sediment Control specification is hereby revised such that prepai•ation of a SWPPP book is not required by the CONTRACTOR. CONSULTANT will provide the selected CONTRACTOR with a prepared SWPPP book for this project. Bid item 3125.0101 will cover all other aspects of this specification except the preparation of the SWPPP book. 4. APPENDIX AP-1 Details - Added a detail for Retaining Wall with sidewalk Combination for use on this project. See detail atiached herein. S. SECTION 00 42 43 Bid Form Project 2A Add Bid Itent (3213.0301) 4" Coftc Sidewrrlk (4-ft Wide) ►v #3(a�12 OCBW 520 SF. 6. Refer to page 7 paragraph 3.13 of SECTION 32 92 13 Hydi•omulching, Seeding and Sodding for the required turf establishment. 7. SECTION 00 42 43 Bid Form Project 2A Bid Item#14 (3213.0700) Joint Sealant & Project 2B Bid Item #16 (3213.0700) Joi�rt Seala�at is tleleted fi�om f/ie bid fornz All ioint sealaflt sh�rll be considei�e�! subsidim�v to othe�• bid items. 8. SECTION 00 42 43 Bid Form Project 2A Bid Item#31 Utility Adjustment & Project 2B Bid Item #25 Utility Adjustment is revised f�•om 3LS & S LS to ILS t�er sti•ee! �roup respectivelv. SEC'1'ION 00 �2 43 Bid Form Pi•oject 2A Bid Item#1 SWPPP & Project 2B Bid Item #1 SWPPP is rei�ised fi•om 3LS & 5 LS to ILS ner street �,rrot�n �•esUectivelt�. 10. SECTION 00 42 43 Bid Form Project 2� C3id Item#2 Site Clearing & Project 2B Bid Item #2 Site Clearin� is revised ii�om 3I.S & SI S to ILS Ucr street �r•oup respectivelV, 1 l. SF:CTIOI�' 00 42 43 Bid Form Project 2A Bid ltem#65 Temporary Water Secvice & Project 2B Bid [tem #50 Tempoi•ary \Vater Sei-vice is �•evised %ronr 3I.S & SLS to ILS pej� street ���•orrp respectirely. 12. SECTION 00 42 43 Bid Fonn Project 2A Bid Item#35 Miscellaneous Gravel Srone (Kearney Ave Traffic Control) 5 TN is deleted 1�•vni the pr'oiect. 13. SEC1'ION 00 42 43 Bid Form Project 2A Add 13id Itenr (3110.01021 6"-12" Tree Reninvrrl _SO EA, l3id Ite��� (3I10. UI03) 12 "-1 S" Tree Removrrl 4 EA, I3id Iten: (3110.0104) I S"-24" Trce Renrova! i EA, Bid hen� (3110,OI05) 24" aitrl lart�er tree renrvval 1 EA & Project 2B 13id Itcnt (3110.0105) 2d" «�r�l la���er tree reuroi�nl I E.9. 1�. Project designation signs shall be considered subsidiary to alf other bid items as stated in project manual. Two (2) project designation signs per detail 1-H included in project manual are required on each sh�eet within this project. 1�. 12eplace entire proposal section with the version enclosed herein. Piease ackno�vledge receipt of the Addendum in the following locations: (1) In the space pi•ovided below (2) In the amended Proposal, Units I& II: Watei•, Sewer, Paving and Drainage Improvements (3) Indicate in upper case letters on the �utside of the sealed bid envelope; "RECENI;D �c ACKNOWLEDGEll AllllLNDUM NO. 1" Failure to acknowledge the receipt of Addendum No. 1 could cause the suUject bidder to be considered "NON-R�SPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposll at the time of Uid submittal. RECEIP'I' ACKNOWLEDCrED: Kf-IAL ,IAAFARI, P.�. YROJEC[' MANAGER, DEPARZ'MEN1' OF "['RANSI'ORT l' ON A ll PUBLIC WOKKS � pg� r�- By: By: m( � pr�q-{S,Qr— Khal Jaafari,�,P. '. ; itle: __pr�;���-F �C ,-�,.}���c�Va�fA�'p� Project Mana er �� � F�ddendum No. 1 1 � ��_o�� __ Q„ ' w I � 2'�CLEAR TYP. . a � 2��SCM.40 PVC p WEEP HO�ES � ! AT 10�-0 OC y ! , � � SIOEWALK SLOP£ A7 i/4��/F007 c=� o �� ..-.--- _ � � z " GON&TRUCTION � � � � JOINT (OP7) `� � !J �o `� NU.�AT t2��ocaw . g„ ��_p�. A�- 0�• � � I2.COMPAC7 SUBGRADE TO 95°/ STp.PROCTOft. f I. PAY PER CUBIC YARD. SCAL�� 3/4��=I� + RETAtNING WAI.I WITH SIOEWALK I I ae�,seo 9n�io� J.A,N,/W.R.M. � eFwiwaM Addendua 3 364b e � ; � ! ' ; �: � ��� ,� ,� � -_• _- r���� � .. � PROJ�CT MA.I�tUAY.., FOR T�IE CONSTRUCTIC�N OF 2007 CRI"TICAL CAPITAL PROJECT (CO UNCIL DISTRICT 2) GROUP 2A: KEARNEYAVE., LORAINE ST. 8c MEIV.EFEE AVE. GIZ D UP 2B: DAMON A VE., HOLDEN ST. & McLEMORE A VE. City Project No. #00951 City Project No. #00952 Betsy Price Thomas Higgins Mayor City Manager S. Franlc Crumb, P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation / Public Works Department Richard Zavala Director, Parks & Community Services Department Prepared for The City of Fort Worth T/PW & Water Department 2011 .. � i; � . � . �:: DUNAWAY ASSOCIATES, L.P. 550 Bailey Avenue, Suite 400 Ft. Worth, TX 76107 Office: 817-335-1121 / Fax: 817-429-1370 www.dunaway-assoc.com �� , � �� Z� � ; ,�' ���� m�'0�;'�° � o o � "' <'S���P6 Y-- � • .. °. sko ,. ' . �k ,�c , . �h KERViN �.CAMPBELL 00 OO�ebn�oo00001�D °�' ��� ��d �'��� e^�� � • �`@o��`� ��ICF.���t?.�c���' . ,/ -.,r�,� �_ ! �/�/��� 00 00 00 - i TABLE OF CONTENTS Page 1 of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda � 00 11 13 Invitation to Bidders 00 21 13 Instructions to Biddei•s 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Pi-oposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 ll Biddeis ,Prequali�cation 00 45 12 Prequaliiication Statement 00 45 13 Bidder Prequali�cation Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 39 Minority and Women Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Condiiions 00 73 00 Supplementary Conditions Division O1 - General Requirements Ol 11 00 Summaiy of Work Ol 25 00 Substitution Procedures O 1 31 19 Preconstruction Meeting O1 31 20 Project Meetings Ol 32 16 Construction Progress Schedule Ol 32 33 Preconstruction Video Ol 33 00 Submittals O1 35 13 Special Project Procedures Ol 45 23 Testing and Inspection Services Ol 50 00 Temporary Facilities and Controls Ol 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements Ol 71 23 Construction Staking O1 74 23 Cleaning O1 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data Ol 78 39 Project Record Documents CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 000000-2 TABLE OF CONTENTS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 Il 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 I S Paving Removal Division 03 - Conci•ete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Mater•ial (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 2G — �lectrical — NOT USED Division 31 - Earthworlc 31 10 00 Site Cleai•ing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Conh�ol 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 O1 17 Permanent Asphalt Paving Repair 32 O1 18 Temporary Asphalt Paving Repair 32 Ol 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Ban•ier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 31 13 Chain Link Fences and Gates 32 31 26 Wire Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding Division 33 - Utilities 33 Ol 30 Sewer and Manhole Testing 33 O1 31 Closed Circuit Television (CCTV) Inspection 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 OS 10 Utility Trench Excavation, Embedment, and Backfill 33 OS 13 Frame, Cover and Grade Rings 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 000000-3 TABLE OF CONTENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1& 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 33 OS 23 33 OS 24 33 OS 26 33 OS 30 33 11 10 33 11 11 33 11 12 33 11 14 33 12 10 33 12 20 33 12 21 33 12 25 33 12 40 333120 33 31 21 33 31 50 33 39 10 33 39 20 33 41 10 33 49 20 33 49 40 Division 34 - Transportation 34 71 13 Trafiic Control Appendix GC-4.01 GC-4.02 GC-6.06.D GC-6.07 GC-6.09 GR-01 60 00 AP-1 AP-2 Hand Tunneling Installation of Carrier Pipe in Casing or Tunnel Liner Plate Utility Markeis/Locators Exploratoiy Excavation for Existing Utilities Ductile Iron Pipe Ductile Iron Fittings Polyvinyl Chloride (PVC} Pressure Pipe Buried Steel Pipe and Fittings Water Services 1-inch to 2-inch Resilient Seated Gate Valve AWWA Rubber-Seated Butterfly Valves Connection to Existing Water Mains Dry-Barrel Fire Hydrants I'olyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe Sanitaiy Sewer Service Connections and Service Line Cast-in-Place Concrete Manholes Precast Concrete Manholes Reinforced Concrete Storm Sewer Pipe/Culverts Curb and Drop Inlets Storm Drainage Headwalls and Wingwalls Availability of Lands Subsurface and Physical Conditions Minority and Women Owned Business Enterprise Compliance Wage Rates Per7nits and Utilities Product Requirements Details Traffic Control 36 END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 SECTION 00 OS 10 MAYOR AND COUNCIL COMMUNICATION (M&C) (Assembler: Fo�� Contract Docatment executron, renzove this page and replace with the approved M&C for the cnvar•d of the project._A�I&C insert shalf be on blue pa�er.J ^_ �___^______ � Coordinate tliis document with Specification Section 00 21 13 - INSTRUCTIONS TC) � ; BIDDERS, Specification Sectial7 00 41 00 - BiD FORM, Speciticatioil Sectian 00 50 00 - ; � AGRL;EMENT, Sectioil 00 72 00 - GENrRAL CONDiTIONS, and Specification Section 00 73 � � 00 - SLJPPL,�MTNTARY Ct?NDITIONS. Their pr•ovisions are interrelated by cancept and � ; usuallv ci-oss-referenced by specified �Iu�l�ber. A change i�i any one docu�nent may necessitate a; � change in the other. ' �__--------------------------------------------------------� OTHER REQUIREM�NTS END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAC, PROJECT, COUNCIL DTSTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 000sls-� ADDENDA Page ] of 1 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 (Assembler: Po�� Contract Document ex:eczrtion, remove this page and repdace yvith any adde�zda 7 issuecl during biddir���.J �__� �-------- ---------------------------------------, 8� Coordinate t11is doc�nnent wifll Specifieation Section 00 21 ]3 - INSTRUCTIONS TO � 9; BIDDCRS, Specification �ectiou 00 41 00 - I3ID PORM, Spacification Section 00 50 00 - ; 10 ' AGREEMENT, Section OU 72 00 - GENERAL CONDITIONS, and Specitication Sectian 00 73 � i 1 � 00 - SUPPT.,rM�NTARY CONDITIONS. Their pravisians are interrelatad by concept and � 12 ; usuaily cross-referenced by specified »iiniber. A change n1 any one doewnetlt tnay neeessitate a; 13 � ehange in the other. ' �----------------------------------------------------------� 14 15 OTHER R�QUIREM�NTS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 END OF SECTION CITY OF FORT WORTH 2O07 CRITTCAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 001113-1 INVITATION TO BIDDERS Page I of 2 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 t7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTION 00 11 13 1NVITATION TO BIDDERS �c�rnT oF Bms Sealed bids for the constructioll of 2007 Critical Capital Project, Couucil District 2, Group 2A City Pi•oject No. 00951 And 2007 Critical Capital Project, Council District 2, Group 2B City Project No. 00952 Will be received by the City of Fort Woi-th Purchasing Office: City of Fort Worth Pui•chasing Division 1000 Throckmot�ton Street For•t Worth, Texas 76102 Until 1:30 P.M. CST, Thursday, January 12, 2012, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL D�SCRIPTION OF WORK The major work will consist of the (approximate) following: UNIT I: WATER & SANITARY SEWER IMPROVEMENTS 7,685 LF 286 LF 682 LF 22 EA UNIT II 36,106 97 97 15 3 39,154 500 8-inch Water line 12-inch Sewer line 8-inch Sewer line Manholes STREET RECONSTRUCTION & STORM DRA1N IMPROVEMENTS SY LF LF EA EA SY Z'N 8-inch Reinforced Concrete Pavement 21-inch RCP III Storm Drain 24-inch RCP III Storm Drain 10' Curb Inlet . 20' Curb Inlet 6" Lime Treatment (27 lbs/sy) Lime PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for quali�cation and pre- qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. CITY OF FORT WORTH 2O07 CRITICAL CAPTTAL PROJEC"I', COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 00 11 13 - 2 INVITATION TO BIDDEI25 Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 37 DOCUM�NT EXAMINATION AND PROCUR.EM�NTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http�//www fortworthgov.or�/pui•cllasin�/ and clicking on the Buzzsaw linl< to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Nikki McLeroy, City of Fort Worth T/PW, which is as follows: 1000 Tl�rockmorton Street, Forth Worth, TX 76102. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size di•awings: $80 Set of Bidding and Contract Documents with half size (if available) drawings: $60 PREBID CONF�RENC� A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time; DATE: December 16, 2011 TIM�: 10:30 A.M. — 12:00 P.M. PLACE: 1000 Throckmorton Street, Room 270 Fort Worth, Texas 76102 LOCATION: Transportation and Public Works Conference Room — located on 2°d floor of City Hall CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or� reject bids. INQUIRI�S All inquiries relative to this procurement should be addressed to the following: Attn: Khal Jaafari, P.E. City of Fort Worth Email: Khal.Jaafari@fortworthtexas,gov Phone: 817-392-7872 AND/OR Attn: Kervin Campbell, P.E. Dunaway Associates, L.P, Email: KCampbell@dunaway-assoc.com Phone: 817-335-1121 AD'VERTISEMENT DAT�S December 8, 2011 Decembex 15, 2011 END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju1y 1, 2011 CITY PROJECT # 00951 & 00952 00 21 13 - i INSTRUCTIONS TO BIDDERS Page 1 of 9 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 S�CTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. De�ned Terms 1.1. Teims used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the �neanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, oi• corporation acting directiy through a duly authorized representative, submitting a bid for perfotming the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, parCnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for perfonning the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any othet• 11se. 3. Pi•equalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are z•equired to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. 3.2. Each Bidder unless currently prequalified, must ba prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 1 l, BIDDERS PREQUALIFICATIONS. 3.2, l. Submission of and/or questions related to prequaliiication should be addressed to the City contact as provided in Paragraph 6.1. CITY O�' FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.3. The City reserves the right to re9uire any pre-qualiiied contractor who is the apparent low 2 bidder(s) for a project to submit such additional information as the City, in its soie 3 discretion may require, including but not limited to manpower and equipment records, 4 information about key peisonnel to be assigned to the project, and construction schedule, 5 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 6 deliver a quality product and successfully complete projects for the amount bid within 7 the stipulated time fi•ame. Based upon the City's assessment of the submitted 8 information, a recommendation regarding the award of a contract will be made to the 9 City Council. Failure to submit the additional information, if requested, may be grounds 10 foi• rejecting the apparent low bidder as non-responsive. Affected contractors will be 11 notified in writing of a recommendation to the City Council. 12 13 14 15 16 17 3.4. In addition to prequaliiication, additional requirements for qualification may be required within various sections of the Conti•act Documents. 3.5. Not Used 18 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 19 20 4.1. Before submitting a Bid, each Bidder shall: 21 22 4.1.1. Examine and carefully study the Contract Documents and other related data 23 identified in the Bidding Documents (including "technical data" refen•ed to in 24 Paragraph 4.2. below). No information given by City or any representative of the 25 City other than that contained in the Contract Documents and officially 26 promulgated addenda thereto, shall be binding upon the City. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, pex-formance or furnishing of the Work. 4.1.4. Not Used 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or coniiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Under�•ound Facilities) that have been identiiied in the Contract Documents as containing reliable "technical data" and (ii) repoi�ts and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCiL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2,3. copies of such reports and drawings will be made available by City to any Bidder 2 on r•equest. Those reports and drawings may not be part of the Contract 3 Documents, but the "technical data" contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of tl�e Supplementary Conditions. Bidder• is 6 responsible for any interpretation or conclusion drawn fi•om any "teclulical data" or 7 any othei• data, interpretations, opinions or infoYmation. 9 4.3 10 11 12 13 14 15 16 17 18 19 20 21 The subrnission of a Bid will constitute an incont�•overtible representation by Bidder (i) that Bidder has complied with eveiy requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing ihe Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Cont�•act Documents, (iii) tl�at Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City ai•e acceptable to Bidder, and when said conflicts, etc., have not been resolved through the inteipretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 22 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work, Etc. 28 29 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Worlc 31 are identified in ihe Contract Documents. All additional lands and access thereto 32 requved for temporary construction facilities, construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Cont�•actor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 40 of-way, easements, and/or permits are not obtained, the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 proj ect. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way, easements, and/or permits, and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 6. Interpretations and Addenda 50 CITY OF FORT WORTH STANDARb CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 6. Interpretations ancl Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in v�n�iting on or before 2 p.m., the Monday prior to the Bid opening. Questious received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Khal Jaafari, City of Fort Worth �ax: 817-392-8092 Email: Khal.Jaafari@fortworthtexas.gov Phone: 817-392-7872 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are ancouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of iive (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satis�ed. If the Successful Bidder faiis to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forf'eitut•e shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until iinal conh•act execution. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRTCT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty 1, 2011 CITY PROJECT # 00951 & 00952 00 21 13 - 6 INSTRUCI'IONS TO BIDDERS Page 6 of 9 1 9. Liquidated Damages 2 Provisions for liquidated damages are set forth in the Agreement. 3 4 10. Substitute and "Or-Equal" Items 5 The Contract, if awarded, will be on the basis of rnaterials and equipment described in the 6 Bidding Documents without consideration of possible substitute or "or-equal" items. 7 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- 8 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 9 City, application for such acceptance will not be considered by City until after the Effective 10 Date of the Agreement. The procedure for submission of any such application by Conh•actor 11 and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General 12 Condifions and is supplemented in Section O 1 25 00 of the General Requirements. 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 11. Subcontractors, Suppliers and Others 11.1. In accordance with City Ordinance No. 15530 (as amended), the City has goals for the participation of minority business and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretaiy. The Bidder shall submit the MBE/WBE Utilization Form, Subcontractor/Supplier Utilization Farm, Prime Contractor Waiver Form and/or Good Faith Effort �orm (with "documentation) and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no latex than 5:00 P.M. CST, iive (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non-responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other peison or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies nnay be obtained from ihe City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the worlc contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 45 123. Bids by corporations shall be executed in the corporate name by the president or a 46 vice-president or other corporate offcer accompanied by evidence of authority to 47 sign. The corporate seal shall be affixed. The corporate address and state of 48 incorporation shall be shown below the signature. 49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 00 21 l3 - 7 INSTRUC'PIONS TO BIDDERS I'age 7 of 9 1 2 3 4 5 6 7 s 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 12.4. Bids by pai�inerships shall be eYecuted in the partner•ship name and signed by a partner, whose title must appear under the signature accompanied by evidence of authoi•ity to sign. The official address of the pai�tnership shaIl be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the �rm and the official address oithe firm shall be shown. 12.6. 12.7. 12.8. 12.9. Bids by individuals shall show the Bidder•'s name and official address. Bids by joint ventures shall be executed by each joint venturei• in the manner indicated on the Bid Form. The official address of the joint ventur�e shall be shown. All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowiedgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nom�esident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Fotm, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shali be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Offce cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju(y l, 2011 CITY PROJECT # 00951 & 00952 00 21 13 - 8 INSTRUCTIONS TO BIDDEI2S Page 8 of 9 1 15. Opening of Bids 2 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 3 abstract of the amounts of the base Bids and major alternates (if any) will be made available 4 to Bidders after the opening of Bids. 5 6 16. Bids to Remain Subject to Acceptance 7 All Bids will remain subject to acceptance for the time pet�iod specified for Notice of A�vard 8 and execution and delivery of a complete Agreement by Successfiil Bidder. City may, at 9 City's sole discretion, t•elease any Bid and nullify the Bid security prior to that date. 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 17. Evaluation of Bids and Awai•d of Contract 17.1. City resetves tlle right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonr•esponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Worlc with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of iigures and the con�ect sum thereof wiil be resolved in fa�or of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactoiy manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Cont��act Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 43 17.3. City may conduct such investigations as City deems necessary to assist in the 44 evaluation of any Bid and to establish the responsibility, qualifications, and financial 45 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 46 organizations to perform and furnish the Work in accordance with the Contract 47 Documents to City's satisfaction within the prescribed time. 48 49 50 51 17.4. Conn•actor shall perform with his own organization, worlc of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECI�'TCATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 00 21 13 - 9 INS'I'RllC"I'IONS TO BIDDERS Page 9 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 17.5. If the Contract is to be awarded, it will be awarded to lowest i•esponsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Teaas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder• by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or othet•s will constitute acceptance of a Bid. Upon the conh�actor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agi•eement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the requir•ed number of unsigned counterparts of the Agc•eement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fiilly signed counterpai�t to Conh�actor. �ND OF SECTION GITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRTCT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 003513-1 CONFLICT OF INTERES"C AFFIDAVIT Page I of 3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 S�CTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or i•espondent (hereinafter also referred to as "you") to a City of Fort Worth (also referi�ed to as "City") procurement are requi►•ed to complete Conf7ict of Intei•est Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) belo�v pursuant to state law. This affidavit will cei-tify that the Biddei� has on file with the City Secreta�y the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. http �/hvww.etliics.state.tx.us/forms/CIQ.pdf http•//www.ethics.state.tx.us/forms/CIS.pdf � CIQ Form is on file with City Secretaty dCIQ Form is being provided to the City Secretaiy 0 CIS Foim is on File with City Secreta�y 0 CIS Form is being provided to the City Secretary BIDDER: �.����'���r�--�-r�ec� +��X�P Company �.D. ��c l� �l �-1 �S Address ��'� UJ D ,�k�l� �� � � ��l City/State/Zip By: ..l�r� C��-� lease •int) Signature: � Title: r� � ��rl �- (Please Print) CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July ], 2011 CITY PROJECT � 00951 & 00952 00 35 l3 - 3 CONFLICT OF 1NTEREST AFFIDAVIT Page 3 of 3 L�}�AL ���ER�N'�EI�tT t7FF1�EF� Ft3�tUt ��� �t�NF�LI�T� C�I��L��1.JR.E �TAT�fl�9Et�3' (in�na�^��icns (or c�rnpl�ing and fi(irx� this form are pr�vvided on t3te r�ext page.� TtiEa c�sa�fan�[a�a rsitar.te champea m�e bo tha !sw by H.H. 1631, 6�th L�.. Rsgm€ar Ss�esian. ��I38E� This is the rx�Gicc tc, ffae aPpraPria.� local gavemmEnt�I er�t�ty �t the €railawin� lo�aE g4u�nrrcentoE�cerhasbecaomeawar�offsctsthateequirethe�Tioe€tofilettaisstaterrsent °��eCB� in a�srdan� wiah Chs�rker 7��, Locat t'ies�remrne� Go�ie_ ► Nar�e ofiL4ca1 Gr�v�rnm�nt �7ificer 2 Ohace Heid � P�arrsP af person described by �ectians 176.d4�(a) ar�d 176_SIQ�(a). Laca[ GQ�re�rrrn�nt Ccsde d Dgscrip#ron o� fEre a�a,tare and extent of empPoym�enf ar other bnsiness relatiansErip wi#h p�rsurr €�med in ibe�n 3 � l.ist g'efts accepteti by ihe �ocal �crv�vnme�t officer anci an�t f�mi�p me�rirer, exaEvding g,iiFs dgscri6+�d by SsciSon '�76_Q03(a-1j. �f agg�e�a#e v�[�eaf the git#s �ecepked traan person named in at�m �•exceed 5�5� darin� #he 4Z-month �raad described by Sec�t"t�n i76;OQ3�a}(Z�dHj Date GiftAccep�ed ��s�ript�an nf GafY DaEe Gift f�ccept�d [l�serigtion af �ift date GiftAccepUed [3eseriptivn of Cz"rt`t �atfaoh add�tional �rtrtz as n�ess�} � RFFlDA'4RT' ► swrar ur�r pena�ly at �jucy tr�zk tr� atwrwe stat�ene�t �s tn�e a€i� cr�rett. ! ackn�t�2 t� dlue d)sw}�rP a�pSlea ta a�rtlty rrtetrs�r (as �tlr�tl try �ectbn 176.6�1(2j, L[rcaF �avBmment Ctxte) ot if� Foc31 gaYzst�ert$tlk olTlcec E a1sD 3CknCJxied� iFiaE Chk stalEtReaat c�rs itm� i2-rnc�rtl� p�nms tlesrxm�m Dyr �tfecxa s7s.m�'�}, E�a! 6cruear�rt�tE coce �i�a?1Fe af Luc3 Gt>v'�tatr�+tt .4rilCc�r ,L.FFtX NtST�YY STYiMA t 9k'AL ABfYYE Swom to and �bma3ucd Ar3oe�c mt, tryltre sa3d itils Yf� tlmy qt �O ,koerriL'ysvl�ich,wMrtts�neqtr�ndanaxalWafiee. 5qnm4we afolftccr �Jrninf��r{rsp •�tri RxlMed nam� aia�lictrsdministerte�p astn T€ile ot artLc�cr adrwtdsYertng aath �dnpteti oe�asr2ao� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCIL DiSTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 � � �� � t oo��� n� roRm� Page 1 of 3 S�CTION 00 di 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Teaas 76102 FOR: City Project No.: Units/Sections: 1. �nter L�to Agreement 2007 CRITICAL CAPITAL PROJECT (COUNIL DISTRICT 2) GROUP 2A: KEARNEY AVE., LORAINE ST. & MENEFEE AVE. GROUP 2B: DAMON AVE., HOLDEN ST. & McLEMORE AVE. 00951 & 00952 UNIT I: WATER AND SANITARY SEWER IMPROVGMEN"TS UNIT II: PAVING AND STORM DRAIN IMPROVEMENTS The imdersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perfonn and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and �vithin the Contract Time indicated in this Bid and iu accordance with the other tenns and conditions of the Contract Documents. 2. BIDDGR Acicnowledgements and Certification 2. L In submitting this Bid, Bidder accepts atl of the terms and conditions of Ute INVITATION 1'O BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition ofBid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of a�vard. 2.3. Bidder certities that this Bid is genuine and not made in the interest of or on behalf of any imdisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of ai�y group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a pubiic official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levets, or (c) to deprive City of the bene6ts of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or �vithout the knowledge of City, a purpose of �vhich is to establish Bid prices at artificia(, non-competitive levels. d. "coercive practice" means harming or threatening to hann, directty or indirectly, persons or their property to intluencc their participation in the bidding process or affect the execution of the Contract. CfTY OP �ORT �VORTH STANDARD CONST[3JCTION SPEQPlG17'ION DOClkb1ENTS �omi tievised 20� 10627 Addendwn # 1 2007 Critical CIP Camcil District 2 Group 2A 28 City Project No. U00951 00952 r ooa� o0 BID FORM Page 2 of 3 3. Prcqu�liiication 'I'he Bidder acknowledges that the following work types must be performed only by prequatified contractors and subcontractors: a. WATER INiPI20VEMENTS b. SANITARY SEWER IMPItOVEMENTS c. PAVING AND STORM DRAIN IMPROVEMENTS 4. 1'i�uc of Completion 4. l. The Work wili be complete for Final Acceptance within465 cn/ei�d�r dnps after the date �vhen the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of fai(ure to complete the Work {and/or achievement of Milestones} within the times speci6ed in the Agreement. 5. Attached to this I3id The fol(o�ving documents are attached to and made a part of this Bid: a. This Bid Form b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Fonn Section d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict oFInterest Affidavit, Section 00 35 13 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders G. Total I3id Amowrt 6.1. Bidder will complete the Work in accordance �vith the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure wili be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modiYication by multiplying the unit bid prices for each pay item by the respective estitnated quantities shown in this proposal and then totaling all of the extended amounts. CCCY OF �ORT �VORTH 2O07 Critical CIP Co�ncil Districl 2 STANDAELD CONSTISICTION SPEQFICATION DOClh�1ENTS Group 2A 2B fomi Revised 20110627 Addendum # i City Projecl No. #00951 00952 6.3. Tot�l Base Bid (2A + 26) Total Bid 7. I3id Subntitt:al This Bid is a,qa���d.�° submitted on �(� I a. �� p J� by the entity named belo�v. Respectfully submi , By: (Signature) J 8 Y�C �J �A Y�-�S l� (Printed Name) Title: �f�PSi�P►'� �' CompanY l �i�YYi� 2 �( .(' � �'�rl.� � � �l �� �� Address: �,(� ►"�OX � S�-�' �-�.C� .C'n ✓.�.- f A � Dr� ►� �hC � la� I la � State of Incorporation: / X Email: �\ � � l� ���ri1���/�'• 1�C1`� !'�1 Phone: �\�� � C� � � � u � �ND Or S�CTION � ( } 00 � i o0 nro Foan-� Pnge 3 of 3 Receipt is acknowledged of the jn�tial follo�vin Addenda: Addendum No. 1: ✓ Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CI'I'Y O� �ORT \VORTH 2O07 Critical CIP Camcil Dislrict 2 STANDARD CONSTIdJCTION SPEQ�IG�TION DOC[J�fENTS Group 2A 26 Pomi lievised 20110627 Addendum # I City Project No. N00951 00952 0o az 33-r«��o�� zn oio voa�� rag< � �� � SECTION 00 J2 JJ PROPOSAL �ORh( Clil' OP FORT WORTII srnNonkocousrkccriovsrie�Ficnno�t�cunmvrs Addendumtll c�w���� c�i�r���c��aa�aao� i r����,ao.��-�a�onocz� y �"` UNIT PRICE DID 0(Ader's A{>plication 00 J2 i3-Crujec� 2A oi� tow�� Pegc 2 of'_ SECT[ON 00 42 JJ PROPOSALFORM UNIT PRICE I31D Project Item Infonnation I[em No. Bidlist Item No. Description STRGET GROUP 2A 00951 - 48 3305AI09 TrenchSafet 49 3201.0400 Tem orar As halt Pavin � Re air 2° HMAG 6" Flesb 50 3201.01(1 4' Wide As hal[ Pvnrt Re air, Residential Sl 3216.0301 6" Conc Valle Gutter 52 024L I400 Remove Conc Vatle Gutter 53 3312.0001 Pire H drant 54 024 L IS IO Remove & Salva �e Fire H drant Bidder's Applicatian Bidder's Proposal pecificatio Unit of d�d Unit Price Bid Value n Section bleasure uantit ID9PROVCA9GNTS 33OS (0 LP 4,732 $ I.00 $4,� 32 Ol 18 LF 7,028 $ 8.50 _ �59, � 320( 17 LP 20 $ 40.00 $£ 32 16 l3 SY i l $ 35.00 $: 02 41 l5 SY I i $ 5.00 S 55 3312.2001 t" Water Service, Me[er Relocation 33 l2 l0 EA 56 331 L0001 Ductile Iron Water Fittin s 33 t I( I TN 57 33I1.0251 8" DIP Water 33 I l 10 LF 58 3311A261 8"PVCWaterPi e 331( 12 LF 59 331L01G1 6"PVCWaterPi e 33ll l2 LF 60 3312.3003 8" Gate Valve 33 12 20 EA 61 33123002 6" Gate Valve 33 12 20 EA 62 024L1302 RemoveWa[erValve 024( 14 EA 63 3312.2004 1" Private Service 33 l2 10 LF 64 3312.2003 1" WaterService 33 t2 10 EA Teuipormy {i'n�er Service -(Lornine Sl, Kem•ne}� Ave, 65 330d.010! hlene ee Ave) - Arldendu�n #I .?3 Od 30 LS 66 3305A110 Utilit Markers 33 OS 26 LS STRCCT GROUP 2A 00951 - SANITARY SG\VF,R IDIPROVE 67 3305.01 t2 Conerete Collar 33 OS 17 EA 68 3305.0103 Ex lorator Excavation of Existin � U[ililies 33 OS 30 EA G9 330L000t Pre-CCTVIns ection 330131 LF 70 3301.0002 Post-CCTV Ins ection 33 OI 3l LF 71 0241.2201 Remove 4' Sewer Manliole 02 4 t 14 EA 72 3339. t004 4' Shallow Manliole 33 39 20 EA 73 3339.1001 4' Manhole 33 39 10 GA ' 74 3339.1003 4' Extra De th Mauliole 33 39 IO VF ' 75 3301.0101 Manhole Vacumn Testin � 33 Ol 30 EA 76 333 L4208 12" Sewer Pi e 33 31 20 LF 77 3331.4115 8" Sewer Pi e 33 3l 20 LF 78 33313101 4" Sewer Service 33 3 t 50 EA 79 3305.0109 Trench Safet 33 OS t0 L� 80 3201.0400 Tem orar As hal[ Pavin � Re air 32 Ol 1 S LF 81 3201.01 t 1 4' Wide As halt Pvmt Re air, Residential 32 Ot l7 LF 82 0330.0001 Concrete Eucase Sewer Pi e 03 30 00 CY Bid Swnmary STREET GROUP 2A 00951 - PAVING IMPROVEMENTS STftEET GROUP 2A 00951 - DRAINAGE STREET GROUP 2A 00951 - WATER IMPROVEMENTS STREET GROUP 2A 0095 (- SAN[TARY SEWER 33.00 32.0( 950.00 850.00 t 00.00 ( � $ 500.00 � $500.00 8 $ 300.00 $2,400.00 2 $ 500.00 _ $1,000.00 761 $ 2.25 $1,712.25 761 $ 2.00 $I,522.00 2 $ 500.00 $I,000.00 t $ 2,600.00 $2,600.00 7 $ 2,500.00 $17,500.00 8 � t50.00 $1,200.00 8 $ 100.00 $800.00 286 $ 45.00 $12,870.00 475 $ 38.00 $18,050.00 20 $ 600.00 $12,000.0a 1376 $ 1.00 $1.376.00 Total Base Bid Group 2A $87 c�n� oF Fokr wokrx VT.\NDAND CO.�'STRL'CTIOV 9P[.CI�ICATION IXKtt\i(MS C�wncil Dii�ri�i 2 CIC � Onwp ]A r���„ ie<,��==a zo i m�±� Addendum # 1 c���� �«,�,��� H�,. kwis i (10 JZ J3-Pmjecl 2� u�u roa,�t N�be � orz SECTION 00 42 43 PROPOSALFORM UNIT PRICC 6ID Qiddcr's Appl(calion Project Item Infom�ation Bidder's Proposal Specificatio Unit of Bid Item No. Bidlist ttem No. Description Unit Price Bid Value u Sectiou Measure uautit STREET GROUP 2B 00952 - PAVING IDIPROVEIDIENTS SWPPP >_ I trcre -(blrirplq� St E&{4, blcLeniore St, No/rleu St, Daarnu $ I,000.00 1 3125.OIOI Ane)-Addendeun#1 312500 LS I $1,000.00 Site Clenri�ig -(b1�mpli�� SI E& IV, blcLeinare St, Holden St, Dmuan Are) $ 1,000.00 2 3II0.0101 -Adrlendrae#I 311000 LS 1 $1,000.00 3 0241.4001 Remove Curb [nlet 02 41 14 EA q� 200.00 $800.00 4 3213.0103 8" Concrete Pavement 3,G00 si 32 13 13 SY 9,252 � 39.00 $36Q828.00 5 3213.0401 6" Coucrete Drivewa 32 13 20 SF 10,318 � �•a� $61,908.00 6 3232.0100 Conc Retaiuiu = Wall 32 32 13 S� 245 $ 30.00 $7,350.00 7 3231.01 11 4' Chaiu Link, Steel 32 31 13 LP 50 $ I5.00 $750.00 8 3292At00 Block Sod Plncement 32 92 13 SY 4,842 `� 2•�� $9,684.00 9 3291A100 To soil 329119 CY 90 $ ��•�� $900.00 10 0241.0402 Remove Drivewa As l�alt & Concrete 02 4l 13 SF 4,027 $ �•50 $6,040.50 I I 0241.1300 Remove Conc Curb & Gutter 02 41 15 L� 1,890 � 3�0� $5,670.00 12 0241.1100 Reuiove As Lalt Pvmt 02 41 15 SY 206 $ a.00 $g24.00 l3 32I2.0302 2" As t�alt Pvmt T e D 32 12 16 SY 273 $ 22•�� $6,006.00 l4 32 ( 7.0009 4" Solid Pvmt Markiu � Paiut \V 32 17 23 LF 108 $ 3.00 $324.00 IS 3217.0403 18" Solid Pvuu Markin Paiut W 32 U 23 LF 154 $ a.00 $616.00 16 d�13:B79B- t-#1- "���s' � 17 3212.0401 HMAC Trausition T e D Min 6" 32 12 16 TN �$ 300.00 $300.00 18 3123.0101 Unclassified Excavatiou 31 23 16 CY 3,805 $ ���� $34,245.00 Embankment (Recompactio»/Proofrolling of Subgrade on streets witl� no 31 24 00 $ 3.00 I9 3124.0101 liiue treatment 6" de tl� CY 2,I75 $6,525.00 20 3471.0001 Tra�c Coutrol 34 71 13 MO IS `� 600.00 $9,000.00 21 3213.0301 4" Conc Sideivnik (4- t lVide) iv #3 8 OC/IIV - AAdendro�� #1 3Z l3 20 SF 4,741 � 3•�� $14,223.00 22 0241.0300 Remove ADA Ram 02 41 13 EA g$ 200.00 $1,600.00 23 3213.0501 4' Barrier Free Ram , T e A 32 13 20 EA 5$ �5�•Q� $3,750.00 24 3213.0508 4' Barrier Free Ram , T e H 32 13 20 EA 3� 8a�•a� 52,400.00 Utilit}' ddjust��ieirt -(hlerpl��� St E& 1{; hfcLemore St, Holdeu St, Dnmai 25 Ave PRE-BID-Addendnn� #I LS 1 S 7,500.00 �7,500.00 26 3305AI t 1 Valve Box Ad�ushneut 33 OS 14 EA 26 $ I50.00 $3,900.00 27 Meter Box Adl�smien[ 33 12 10 EA 53 $ 35.00 $2,030.00 28 3305A107 MauUole Ad�ustwent, Miuor 33 OS 14 EA 7$ 400.00 $2,800.00 29 3I10.0105 24" nnd lnr er Tree Reumvnl - Addenduu� #1 33 0514 CA 1 S 600.00 $600.00 CITI' OF POILT WORT71 STANDARD CONS7RUCT10� SPLCIPICA7ION DOCU�{[�7'5 Council Distric� 2 CIP-Group2[3 ro��, a���uti zui ioez� Addeudum if 1 ciiy eNj�tii No. aai�sz fl(I 42 J3�Prt�jccl 28 ❑m roa.�f Pngu 2 of? SECT[ON 0042 J3 PROPOSALFORM UNt7' PRICE 61D Bidder's Application Project [tem Iuformatiou Bidder's Proposal Item No. Bidlist Item No. Description Specificatio Unit of B�d Unit Price Bid Value n Section Nleasure uautit STREET GROUP 2B 00952 -�VATER IDIPROVENIENTS 44 3312.4107 12" x 8" Ta in * Sleeve & 8" Valve 33 l2 25 GA I$ 4,000.00 $4,000.00 45 33123003 8" Ga[e Valve 33 l2 20 EA 10 $ 950.00 $9,500.00 46 33123002 6" Ga[e Valve 33 l2 20 EA 3$ 850.00 $2,550.00 47 0241.I302 Remove Water Valve 02 4l 14 EA 9$ 100.00 $900.00 43 3312.2004 (" Private Service 33 12 10 LF 130 $ 30.00 $5,400.00 49 3312.2003 1"WaterService 331210 EA 58 $ 200.00 $11,600.00 Teuipornry lVnter Sernice -(hLirph�� St E& 1{; hfcLeu�are St, Holdeu St, 50 3304.0101 Damm� Are) - Addei�druu #1 33 04 30 LS 1$ 5,000.00 ^55,000.00 51 3305.0110 Utilit Markers 33 OS 26 LS I$ 500.00 $500.00 52 Cut aud Pltt Existiu * Water Liue EA 2 5 800.00 $1,600.00 STREET GROUP 2B 00952 - SAN[TARY SE�VER IMPROVEMENTS 53 3305.0112 Coucrete Collar 33 OS ll EA 2$ 300.00 $600.00 54 330L0001 Pre-CCTV Ins ection 33 01 31 �F 207 $ 2.25 $465J5 55 330L0002 Post-CCTV Ins ection 33 01 31 LF 207 $ 2.00 �a�a.00 56 024 L2201 Remove 4' Sewer ManUole 02 41 14 EA I$ 500.00 �500.00 57 3339.1001 4' ManUole 33 39 10 EA 2$ 2,500.00 $5,000.00 58 3339.I003 4' Exha De tU Manliole 33 39 10 uF 4$ I50.00 $600.00 59 3301.0101 Manliole Vacuwu Testin 33 01 30 EA 2$ 100.00 $200.00 60 3331.4ll5 8" Sewer Pi e 33 31 20 LF 207 $ 38.00 $7,866.00 61 33313101 4" Se�ver Service 33 31 50 EA 6$ 600.00 $3,600.00 62 3305.0109 TreucU Safet 33 OS 10 LF 357 $ I.00 $357.00 63 3201.0400 Tem orar As halt Paviu 2e air 32 01 18 LF 357 $ 8.50 $3,034.50 64 3201.0111 4' Wide As halt Pvmt Re air, Residential 32 O1 17 LF 20 $ 40.00 $800.00 Bid Summary STREET GROUP 26 00952 - PAVING IMPROVEMENTS $552,573.50 STREET GROUP 26 00952 - DRAINAGE IbiPROVEMENTS $18,220.00 STREET GROUP 26 00952 -19ATER IMPROVEMENTS ^5197,05 L50 STREET GROUP 2B 00952 - SANITARY SEWER IMPROVEMENTS $23,437.25 Total Basc Bid Group 2B $791,282.25 FINAL [3ID SUNiDtARY STREET GROUP 2A STREET GROUP 2A 00951 - PAVING IMPROVEMENTS STREET GROUP 2A 00951 - DRAINAGE IMPROVEMENTS STREET GROUP 2A 00951 - WATER [MPROVEMENTS STREET GROUP 2A 00951 - SANITARY SEMER IMPROVEMENTS STREET GROUP 2B STREET GROUP 26 00952 - PAVING IMPROVEMENTS STREET GROUP 2B 00952 - DRA[NAGE [MPROVEMENTS STREET GROUP 2B 00952 - WATER IMPROVEMENTS STREET GROUP 2B 00952 - SAN[TARY SEWER IMPROVEMENTS PAV ING IMPRO VEMENTS (2A + 2B) DRAINAGEIMPROVEMENTS (2A+26) WATER [MPROVEMHNTS (2A + 2B) SANITARY SEWER IMPROVEMENTS (2A+2B) TOTAL PROJECT AAIOUNT F3ASE BID (STREET GROUP 2A & 2B) Note: Project will be awarded based on the tot11 combination base bid of Street Groups 2A & 2B. $1,6G1,1G3.00 55 G25.00 5332,076.00 ss�,a��.zs $552,573.50 S 18.220.00 $197,051.50 523.437.25 52,213,73G.50 73 845.00 5529,127.50 $ t 10,903.50 52,927.612.50 cnv or ro�rr �voeni STANDARD CONSTRUCtION SFCCIPIGTION DOCU�I[Nf5 Council District 2 CIP -(itoup 2[3 r<,�» aa����a �ni toe.� Addendunt # 1 c�ry vro}rn No, aai�sz 00 43 37 BID PORM Page I of 1 SECTION 00 43 37 VENDOR COMI'LIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This la�v provides that, in order to be awarded a coutract as low bidder, nonresident bidders (out-of-state contractors whose corporate of�ces or principal place of business are outside the State of Texas) bid projects for conshuction, improvements, supplies or services ui Teaas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a noi�resident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident Uidders to do so will automatically disqualify that bidder. Resident bidders must clieck the box in Section B. A. Nonresident bidders in the State of , our principal place of Uusiness, are required to be percent lower than resident bidders by State Law. A copy of the stahite is attached. Nonresident bidders in d�e State of , our pru�cipal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � BIDD�R: Company: CDY►01�"�'a�'+�' ��,�7 �,I L� �)�j �-fI" By: � e Y t �� Address: '�� �� ��jt.� u � - �1�, � �1 �X � (S re) .'�'(y�(�j / ,,\ itle: _ � `�'e5! (%�'Q 17 -� Date: (� � ���-� j a �ND OF S�CTION � �~ i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPlCATION DOCUMENI'S Summer Creek Drive / McPherson Boulevard Form Revised 20110627 City Project No. k00997 00 45 ll - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are requir•ed to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor o�• subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder• 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (?} days priot• 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the infoimation by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Biddei�'s 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3} Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certi�ed copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer ldenti�cation Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.t�c.us/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for iinns 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement subrnission must be provided in 42 accordance with the following: 43 (1) The City requires that the original �inancial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COT TNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECI' # 00951 & 00952 0045 11 -3 BIDDERS PREQUAL[FICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contt•actor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 � 8 �ND OF SECTION CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July i, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT � 00951 & 00952 oo�s �2 - � PREQUALIFICA"I'ION STATEMENT Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 is 19 20 21 22 23 24 25 S�CTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is t•equired to complete the info�mation below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major worl< type(s) listed. BIDDER: C�,�.����� ���, -r� �P By: Company � �. 1�7X 15u u � Sigr Address `f'bY-��fLk1� �X � a I I q Tit1 City/State/Zip Date: � 1 ���-� a�C71 a-• �ND OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COTINCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 The undersigned hereby certifies that the contractors and/or subcontt�actors desct•ibed in the table above are currently pi•equalified for the wol•lc types listed. (Please Print) �: '" :� � � � _ .,-.,. . __ � ..u�-,� _ ,F�:_ � - � � � � �.r BIDDER PREQUA]LIFICATION APPLICATION Date of Balance Sheet Telephone Mark only one: Name under which you wish to qualify Post Office Box Street Address (required) Area Code Number QIndividual QLimited Partnership (�General Parhiership QCorporation QLimited Liability Company City State City State Fax Area Code Number Texas Taxpayer ldentification No. Zip Code Zip Code E-mail Address Federal Employers Identification No. DLJNS No. (if applicable) MAIL THIS QUESTIONNAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 00 45 13 - 2 BIDDER PItEQUALIFICATION APPLICAT[ON Page 2 of 8 BUSIN�SS CLASSIFICATION The following should be completed in order• that we may pi•operly classify your firm. (Check the block(s) which are applicable - Block 3 is to be left blank if Block 1 and/or• Block 2 is checked) C�has fewer than 100 employees and/or C�has less than $6,000,000.00 in annual gross receipts OR �does not meet the ci•itei•ia for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classifcation of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CAT�GORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF — 66" and greater, 350 LF and greater — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED [INSERT REVISION DATE] ooas i3-a BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CAT�GORI�S, CONTINU�D ewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Ur•ban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Intet•ceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, Ail Sizes Sewer Cieaning , 24-inches and smaller Sewer Cleaning , 42-inches and smalier Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 10,000 square yards) Asphalt Paving Construction/Reconstruction (10,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (LINDER $1,000,000) Asphait Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 10,000 square yards) Concrete Paving Construction/Reconstruction (10,000 square yards and GREATER) Roadway and Pedestrian Lighting C1TY OF FORT WORTH STANDARD CONSTRUCTION SPBCIFICATION DOCUMENTS REVISED [1NSERT itEVISION DATE] 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 �. List equipment which you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2, How many years has your otganization been in business as a general contractor under your present business name? List previous business names 3. How many years experience in constyuction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor? -- _ 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT I CLASS OF I DATE AMOUNT WORK COMPLETED * If requalifying only show work performed since last statement. so, where and why? LOCATION CITY-COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICiAL TO WHOM YOU REFER complete a contract? If so, state the name of individual, other organization and reason CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July I, 201 I 004513-5 BIDDER PREQUALIFICA7'ION APPLICATION Page 5 of 8 -- - , � any officer or owner of your oi•ganization ever failed to complete a contract executed in his/her name? I so, state the name of individual, name of owneT• and reason. 8. In what other lines of business at•e you financially interested? 9. Have you ever performed any worlc for the City? If so, when and to whom do you refer? 10. Give names and detailed addresses of all producers from whom you have purchased principal materials during the last three vears? NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? YEARS OF PRESENT POSITION CONSTRUCTION MAGNITUDE AND NAME OR OFFICE EXPERIENCE TYPE OF WORK 1N WHAT CAPACITY �, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July I, 201 I 00 45 13 - 6 BIDDER PREQUALIFTCATION APPLICATION Page 6 of 8 C,,�y employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a dir•ect result of a documented medical condition. This includes foster children or those related by adoption or marriage. CORPORATION BLOCK PARTNERSHIP BLOCK If a co►•poration: If a partnership: State of Incorporation State of organization Date of Incorporation Date of organization Charter/File No. Is partnership general, limited, or registered limited liability partnership? President Vice Presidents File No. (if Limited Partnership) General Partners/Officers: Limited Partners (if applicabie): Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If an LLC: Individuals authorized to sign for partnership: State of Incorporation: Date of Organization: File No. Officers or Managers (with titles, if any): Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your �rm ' s otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of c.._ �orporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July 1, 2011 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 �quipment $ TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 7 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. lf your firm has more than 3v types or equipment, you may snow tnese 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. 'T'h�� equipment list is a representation of equipment under the control of tha firm and which is related to the type of work for �h the firm is seeking qualiiication. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS REVISED Ju(y 1, 2011 00 45 39 - 1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 39 2 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL 4 APPLICA�'ION OF POILICY 5 If the total dollar value of the contract is $25,000 or more, the M/WB� goal is applicable. 6 If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. 7 8 POLTCY STAT�MENT 9 It is the policy of the City of Foi�t Woi•th to ensure the full and equitable participation by Minority 10 and Women Business Enterprises (M/WBE) in tl�e procurement of all goods and services to the 11 City on a contractual basis, All requirements and regulations stated in the City's cui7•ent Minority 12 and Women Business Enterprise Ordinance apply to this bid. 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 MIWB� PROJ�CT GOAL The City's M/WBE goal on this project is 23% of the total bid (Base bid applies to Par�ks and C0372YY12[YII� s21"VIC2S�. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non-responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. SUEMITTAL OF R�QUIItED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the M/WBE documentation in person to the appropriate employee of the Managing Department and obtain a date/tinie xeceipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 1. Subconh�actor Utilization Form, if goal is met received by 5:00 p.m., five (5) working days after the or exceeded; bid opening date, exclusive of the bid o ening date. 2. Good Faith Effort and Subcontractor received by 5;00 p,m., five (5) working days after the Utilization Form, if participation is less than bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) working days after the Utilization Form, if no M/WBE articipation: bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) working days after the perform all subcontracting/supplier work: bid opening date, exclusive of the bid o ening date. 5. Joint Venture Form, af utilizing a joint venture received by 5:00 p.m., five (5) working days after the to meet or exceed goal. bid o ening date, exclusive of the bid opening date. 36 37 END OF SECTION Cl'CY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 io �i 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 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pu�•suant to Texas Labor Code Section 406.096(a), as amended, Contractor cei�tifies that it provides workei•'s compensation insurance coverage for all of its employees employed on City Project No. 00951 & 00952. 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 worlcer's compensation coverage. CONTRACTOR: �O�t�45�er�c�,-► S-��2c� ��iriX U° By: Company � �D �,c 1��( �-lg Address �G ►%�. �1.� ���.�i �1� �L�I l�j City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § s�g� Title: �Y'�C, ) � �P� ^i (1'lease Print) BEFORE ME the undersigned authority, on this day personally appeared ,J y�N -�c,,.e�- , known to me to be the person whose name is subscribe to the for going instrument, and acknowledged to me that he/she executed the same as the act and deed of n,r,.� � r��,�-i� a t��"►6✓��� l. I'J for the purposes and consideration therein expressed and in the capacity therein stated. G EN LTNDER MY HAND AND SEAL OF OFFICE this ��.{'�' day of Y11.tA , 2 �.�, �� � ��— Notary Public in and for the State of Texas END OF S�CTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 00 52 43 - I Agreement Page 1 of 5 _� 2 SECTION 00 52 43 AGREEMENT 3 o,s�; 4 THIS AGREEMENT, authorized on �!' �t' is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and Conatser Construction TX, LP, authorized to do business in Texas, acting by and through its 7 duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual 8 covenants hereinafter set forth, agree as follows 9 10 11 12 13 14 15 16 17 18 19 20 Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Pavement Reconstruction Water and Sanitary Sewer Main Reqlacement in Seven Streets City Project No. 00951 & 00952 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 465 calendar days after the date 23 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 24 Conditions. 25 3.3 Liquidated damages 26 27 28 29 30 31 32 33 34 Contractor recognizes that time is of the essence of this Agreement and that City will suffer iinancial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article ] 2 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Thirtv ($630.00 ) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. � R,��pRD OF�ICIA4 CITY SECR'�� �� I �T. WOR'�H+ - ;� � CITY OF FORT WORTH Thompson Road trom Norlh Riverside Drive (Old Denton Road) [o Flo�vertree Drive STANDARD CONSTRUC'I'ION SPECIFICA'I'lON DOCUMEN"1'S City Project No. 01368 Revised July 1, 20l 1 Article 4. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of Two Million Nine Hundred Twentv-seven Thousand Six Hundred Twelve and 50/100 ......................................... Dollars ($2,927,612.50). Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specifrc) b. Current Prevailing Wage Rate Table c. Insurance ACORD Farm(s) d. Payment Bond e. Performance Bond £ Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MWBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications 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. " CORi� Q��ICI �CR'�X�►�Y GI'[Y � ► �T� WOR'�'�� T� 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 urovision is specificallv intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sou�ht were caused, in whole or in part, bv anv act, omission or negli�ence of the citv. 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 worlc and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is speciiicallv intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sou�ht were caused, in whole or in part, by anv act, omission or ne�li�ence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractar each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the unenforceable by a court of remaining provisions shall CONTRACTOR. Contract Documents held to competent jurisdiction shall continue to be valid and be unconstitutional, void be deemed stricken and binding upon CITY or all and 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. OFFICIAL REGB�D CITY S�CR€�1CARY �T. WOIt'�Hlq 'fiX 7.6 Other Provisions. The Contractor agrees to pay at least minimum wage per hour for all labor as the same is classified, promulgated and set out by the City, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 7.7 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. � l S�. f`. �l This Agreement is effective as of the last date signed by the Parties (���������� '"�� ). CONATSER Contractor; CONSTRUCTION TX, LP City of Fort Worth BY�� �� Fer�nando Costa B : Assistant City Manager (Signatare) Date ��/1,���.'Z `� 1� � �O"��OI � `� �� �.'. � .�y�'� � r,• w _e000, Jerry Conatser, President of Attest: u� �✓ � p�i � Conatser Management Group, Inc. G.P. o Mariy- .I ayse;,. �•,y•o o""� yO U Cl� S cretary � �" � p (Seal) d�j, �'f-°on _o° -}C < Title: Address: PO Box 15448 M&C (-'2 � Sti7 Date: `3 . 2� ( Z City/State/Zip: Fort Worth, TX 76119 p as o Fo and Legality: � ,,, � ; �: ; ,; f I ,M/�,f� ;, S � �, . t � Date Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: C� �c.� . Doaiglas Wiersig, P.E. x DIREC OR, (J Tr�ar7sportation and �uhl,� w�N��" , � ,,,,�� '��I )V�� '� � �'y)I� I� 11,� ���� �,��� �,,, ; �� �,�1 ,CITY SECRETARY FT. WOR'�N, �'� Bond No: 022034204 PERFORMANCE BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) Conatser Construction Tx, LP. as Principal herein, and (2) Libertv Mutual Insurance Comqanv, a corporate surety (sureties, if more than one or more) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, know as "City" herein, in the penal sum of ,Two Million Nine Hundred Twentv-seven Thousand Six Hundred Twelve and 50/100 .................................... Dollars ($2,Z7,612.50) lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. �d WHEI$,�;�+,�, the Principal has entered into a certain written contract with the City awarded the of �Yli/� �;' si't� , 2012 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labar and other accessories defined by law, in prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Reconstruction of South Pipeline Road, City Project No. 00258. NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, 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. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the said statue. �r&� Vti'I'�;�FSS WHEREOF, the Principal and Surety have SIGNED and SEALED this �.��'��,���,�;r��� ��, ��� 1, �/ 2012. ATTEST: of Conatser Construction Ts, LP. (Principal) Secretary PRINCIPAL ( BY: J ry ' Cona ser, sident of tfle:Conatser Management Group, Inc., GP (SEAL) itness as to Principal Address ATTEST: (Surety) Secretary (SEAL) PO Box 15448 Fort Worth, TX 76119 (Address) Libertv Mutual Insurance Companv Surety B : (Attorney-' -fact) 5) Glenna S. Davis 175 Berkeley Street Boston, MA 02]]7 (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. .J Witness as o Surety Caro n Maples 4200 S. Hulen Street, St'e.��330 (Address) The date of bond shall not be prior to date of Contract. Fort Worth, TX 76109 *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 obli�ation. 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. Bond No: 022034204 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § KNOW ALL BY THESE PRESENTS: § That we, (1) Conatser Construction Ts, LP., as Principal herein, and (2) Libertv Mutual Insurance Compan� , a corporation organized and existing under the laws of the State of (3) duly authorized to do business in the State of Te:cas as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Two Million Nine Hundred Twentv-seven Thousand Six Hundred Twelve and 50/100 ............................................. Dollars ($2,927,612.50) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: p WHERE¢1�,y�he Principal has entered into a certain written contract with the Obligee dated the day of u'!F��F�K.?, S!� ��t - .. , 2012, which contract is hereby referred to and made a part hereof as if fully and to the same e�tent as if copied at length, for the following project: Pavement Reconstruction, Water and Sanitary Se�ver Main Replacement in Seven Streets NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is eYecuted pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. � il i� ;li f'i �P �!:! SIGNED and SEALED this day of, 2012. ATTEST: (Principal) Secretary (S E A L) � Witness as to Principal ATTEST: Secretary (S E A L) Conatser Construction Tx, LP. PRINCIPAL , By: ��,- —__ Name: Jerry R. Conatser Title: President of Conatser Manaqement Group, Inc., GP Address: PO Box 15448 Fort Worth, TX 76119 Libertv Mutual Insurance Companv SURETY B. a , Name: Glenna S. Davis Attorney in Fact Address: 175 Berkeley Street Boston, MA 02117 Witness as to urety Telephone Number: 972-233-9588 Carolyn Maples NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. 1 � �--- Black, Doug From: Black, Doug Sent: Tuesday, March 27, 2012 11:10 AM To: McLeroy, Nikki Cc: Nevans, Catherine Subject: Conatser 7 Streets Contract - M&C C-25505 Importance: High Nikki: The bonds and POA have not been date stamped. I'll sign, but will leave them at the front desk for the corrections. After that, they can be sent to Fernando. Thanks, Doug. Douglas ti1r, I�lacic ��sist�nt Cit�� �ttorii�y� t�it�� of I�c�t•t Warkli i000 ThrocknYor�ton F�rttiVr.�rtlY,'I'Y �7Eiio�a �ii�7.�3<��;t.76�,, t�;l. €3i'7.3gs>_.�`�359 f<�� DOt1g.B1aCIC�foT'tWOTtIlteXaS.goV (please note the new email address as of Oct. 1, 2011) This e-mail and any files transmitted with it are confidential and are intended solely for the use of the individual or entity to which they are addressed. This communication may contain material protected by the attorney-client privilege. If you are not the intended recipient or the person responsible for delivering the e-mail to the intended recipient, be advised that you have received this e-maii in error and that any use, dissemination, forwarding, printing, or copying of this e-maii is strictly prohibited. If you have received this e-mail in error, piease immediately notify Doug Black at the City of Fort Worth City Attorney's Office (817) 392-7600. Bond No: 02203424'+ MAINTENANCE BOND THE STATE OF TEXAS � COUNTY OF TARRANT � That Conatser Construction Tx, LP. ("Contractor"), as principal, and Libertv Mutual Insurance Company , a corporation organized under the laws of the State of _ MA , duly authorized to do business in the State of Texas ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Two Million Nine Hundred Twenty-seven Thousand Six Hundred Twelve and 50/100 ................................................................................................................... Dollars ($2,927,612.50), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has.,th,i� day entered into a written Contract with the City of Fort Worth, dated the of ��. d , 2012, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Pavement Reconstruction, Water and Sanitary Sewer Main Replacement in Seven Streets the same being referred to herein and in said contract as the Work and being designated as project number(s) Citv Proiect No#s: 00951 - 00952 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) vears; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 4 counterparts, each of which shall be deemed an original, this day of !'���`,I� ��� , A.D.2012. ATTEST: (SEAL} Secretary ATTEST: (SEAL) Secretary Conatser Construction Tx, LP. Contractor By: am : Jerry R. Conatser Title: President Conatser Manaclement Group Inc. GP Libertv Mutual Insurance Company S u rety , By: c� Name: GI nna S. Davis Title: Attorney-in-Fact 175 Berkeley Street Boston. MA 02117 Address Tel No: 972-233-9588 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4952,420 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS ............................................... , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other s�rety obligations in the penal sum not exceeding ONE HUNDRED MILLION AND 00/100'•*'*"*'•"'*""'*'*"""'*'**'**"*""„"`*"„""*"****"'"" DOLLARS ($ 100,000,000.00*"*""*""**'*'**"**"*' ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: � N c °� � _ co Y L' a � d 3 L a% �.: � O � � � d� _� C 'a V i y" O +• a� 0 C L � � � _ E� � � a� ca c O ` Zv ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. �v 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, y execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys- c 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. .a By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XI I I, Section 5 of the By-Laws, David M. Carey, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty 'utual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this day of 27th day of October , 2011 LIBERTY MUTUAL INSURANCE COMPANY � ( ,ei� �)�• ��.. � L � By � David M. Carey, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 2�th day of October 2011 , before me, a Notary Public, personally came David M. Carev, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. � �. � �Ji � � � � ' lyui i , i � I nn ��r/ t i ��. �� B ���� ���{2'��'„" ""`" f i � Gci� i ii _u��i ._ o i �dac �a .�� y Tere'sa Pastella, Notary Public CERTIFICATE I, the undersigned, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. � _ �o vy �W � C � L oa aM O� L � � C 3 f0 O � a� � � io �� O C � � =a 3 '� d >� yo � r� E' L N � M � Oo �.1 � �"' � This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. ' TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of ��'r; � �.�--• ieXi�j,�4 Gregory W�Davenport, Assistant Secretary •:• �1�1�1"�' �tl�tl�l Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 �_• L1�1C'1"�r N�Iiitual NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionCc�tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 STANDARD GENERA.L CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OE FORT WORTH STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS Revised: September 8, 201 I STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology 1.01 Defined Terms .................... 1.02 Terminology ....................... ....................................... ..................................................1 ..................................................1 ..................................................6 Article2 — Preliminary Matters ........................................................................................................................7 2.01 Copies of Documents ...................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................7 2.03 Startulg the Work ..........................................................................................................................7 2.04 Before Starting Constluction ........................................................................................................7 2.05 Preconstruction Conference .........................................................................................................8 2.06 Public Meeting ..............................................................................................................................8 2.07 Initial Acceptance of Schedules ...................................................................................................8 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................8 3.01 Intent .............................................................................................................................................8 3.02 Reference Standards .....................................................................................................................9 3.03 Reporting and Resolving Discrepancies ......................................................................................9 3.04 Amending and Supplementing Contract Documents ............................................................... 10 3.05 Reuse of Documents .................................................................................................................. 10 3.06 Electronic Data .......................................................................................................................... 10 Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ......................................................................................................... 11 4.01 Availability of Lands ................................................................................................................. 11 4.02 Subsurface and Physical Conditions ......................................................................................... 11 4.03 Differing Subsurface or Physical Conditions ........................................................................... 12 4.04 Underground Facilities .............................................................................................................. 13 4.05 Reference Points ........................................................................................................................ 14 4.06 Hazardous Environmental Condition at Site ............................................................................. 14 Article 5— Bonds and Insurance ................................................................. 5.01 Licensed Sureties and Insurers ............................................... 5.02 Performance, Payment, and Maintenance Bonds .................. 5.03 Certificates of Insurance ......................................................... 5.04 Contractor's Insurance ............................................................ 5.05 Acceptance of Bonds and Insurance; Option to Replace....... Article 6 — Contractor's Responsibilities........., 6.01 Supervision and Superintendence 6.02 Labor; Working Hours ................. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 201 l � � ................................................. 15 ................................................. 15 ................................................. 15 ................................................. 16 ................................................. 18 ................................................. 19 .............................................................. 19 .............................................................. 19 .............................................................. 19 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6,11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Seivices, Materials, and Equipment ............................................•.... ProjectSchedule .................................................................... Substitutes and "Or-Equals" .................................................. Concerning Subcontractors, Suppliers, and Others .............. WageRates ............................................................................ F d R lt' ............................... 20 ............................... 20 ............................... 21 ................................................. 23 ................................................. 25 ............................... 26 ............................... 26 ............................... 27 ............................... 27 28 Patent ees an oya ies ...................................................................... Permitsand Utilities .............................................................................. Laws and Regulations ........................................................... Taxes...................................................................................... Use of Site and Other Areas .................................................. RecordDocuments ................................................................ S f dP• t t' ................................................ � aety an io ec ion .................................................................................. Safety Representative ................................................................................. Hazard CommunicationPrograms :::.......................................................... Emergencies and/or Rectification .............................................................. b 1 .............................. 29 ............................... 29 ............................... 30 ............................... 30 ............................... 30 Sumitta s .................................................................................................................................. 31 Continuingthe Woxk ................................................................................................................. 32 Contractor's General Warranty and Guarantee ......................................................................... 32 Indemnification........................................................................................................................ 33 Delegation of Professional Design Services ............................................................................. 33 RighttoAudit ............................................................................................................................ 34 Nondiscrimination..................................................................................................................... 34 Article 7- Other Work at the Site ...................................................................... 7.01 Related Work at Site ....................................................................... 7.02 Coordination ....................................... ............................................. ...................................... 35 ...................................... 35 ...................................... 35 Article8- City's Responsibilities ................................................................................................................. 36 8.01 Communications to Contractor ................................................................................................. 36 8.02 Furnish Data .............................................................................................................................. 36 8.03 Pay When Due ........................................................................................................................... 36 8.04 Lands and Easements; Reports and Tests ................................................................................. 36 8.05 Change Orders ........................................................................................................................... 36 8.06 Inspections, Tests, and Approvals ............................................................................................. 36 8.0'7 Limitations on City's Responsibilities ...................................................................................... 36 8,08 Undisclosed Hazardous Environmental Condition ................................................................... 36 8.09 Compliance with Safety Program ............................................................................................. 37 Article 9- City's Observation Status During Construction ................................................................... 9.01 City's Project Representative ............................................................................................. 9.02 Visits to Site ........................................................................................................................ 9.03 Authorized Variations in Work .......................................................................................... 9.04 Rejecting Defective Work .................................................................................................. 9.05 Determinations for Work Performed ................................................................................. 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ............. Article 10 - Changes in the Work; Claims; Extra Work ............................ 10.01 Authorized Changes in the Work ........................................... .... 37 .... 37 .... 37 .... 37 .... 37 .... 38 .... 38 �: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 2011 10.02 Unauthorized Changes in the Work .......................................................................................... 38 10.03 Execution of Change Orders ..................................................................................................... 38 10.04 Extra Work ................................................................................................................................ 39 10.05 Notiiication to Surety ................................................................................................................ 39 10,06 Contract Claims Process ............................................................................................................ 39 Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement .................... 40 11.01 Cost of the Work ........................................................................................................................ 40 11.02 Allowances ................................................................................................................................ 43 11.03 Unit Price Work ......................................................................................................................... 43 11.04 Plans Quantity Measurement .................................................................................................... 45 Article 12 - Change of Contract Price; Change of Contract Time ............................................................... 45 12.01 Change of Contract Price .......................................................................................................... 45 12.02 Change of Contract Time .......................................................................................................... 46 12.03 Delays ........................................................................................................................................ 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ..................... 47 13.01 Notice ofDefects ....................................................................................................................... 47 13.02 Access to Work .......................................................................................................................... 47 13.03 Tests and Inspections ................................................................................................................. 48 13.04 Uncovering Work ...................................................................................................................... 49 13.05 City May Stop the Work ........................................................................................................... 49 13.06 Correction or Removal of Defective Work ............................................................................... 49 13.07 Correction Period ....................................................................................................................... 50 13.08 Acceptance of Defective Work ................................................................................................. 51 13.09 Ciiy May Correct Defective Work ............................................................................................ 51 Article 14 - Payments to Contractor and Completion ................................................................................... 51 14.01 Schedule of Values .................................................................................................................... 51 14.02 Progress Payments ..................................................................................................................... 52 14.03 Contractor's Warranty af Title .................................................................................................. 54 14.04 Partial Utilization ....................................................................................................................... 54 14.05 Final Inspection ......................................................................................................................... 55 14.06 Final Acceptance ....................................................................................................................... 55 14.07 �'inal Payment ............................................................................................................................ SS 14.08 Final Completion Delayed and Partial Retainage Release ....................................................... 56 14.09 Waiver of Claims ....................................................................................................................... 56 Article 15 - Suspension of Work and Tetmination .................................................... 15.01 City May Suspend Work ........................................................................ 15.02 City May Terminate for Cause ............................................................... 15.03 City May Terminate For Convenience ................................................... Article 16 - Dispute Resolution .................................................................................... 16.01 Methods and Procedures .......................................................................... ............................... 56 ............................... 56 ............................... 57 ............................... 59 ............................... 61 ............................... 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 . Article17 —Miscellaneous ............................................................................................................................ 61 17.01 Giving Notice ............................................................................................................................ 61 1'7.02 Computation of Times ............................................................................................................... 62 17.03 Cumulative Remedies ................................................................................................................ 62 17.04 Survival of Obligations .............................................................................................................. 62 17.05 Headings .................................................................................................................................... 62 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 2011 00 �z oo -1 GENERA� CONDITIONS Page I of 62 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terrns 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 Contz•act Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Con�ract Documents. 2, Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payrrtent—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safery and Health Administration. 5. Award — Authorization by the City Couneil for the City to enter into an Agreement. 6. Bic�The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bzdding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Tnstructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements, 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 12. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revised: September 8, 201 l oo�zoo-2 GENERAL CONDITIONS Page 2 of 62 adjustment in the Contract Price or the Contract Time, issued on or after the �ffective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered ullder the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perfoim specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be perfornled. 14. City Attorney — The officially appointed City Attorney of the City of Fort Woxth, Texas, or his duly authorized representative. 15, Ciry Council - The duly elected and qualiiied governing body of the City of Fort Worth, Texas, 16, Ciry Manager — The ofiicially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Cont��actor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18, Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral, 19. Contract Documents—Those items so designated in the Agreement, All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21, Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor—The individual or entity with whom City has entered into the Agreement. 23. Cost of the Worlc See Paragraph 11.01 of these General Conditions for definition. 24. Damage Clazms — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-3 GENERAL CONDITIONS Page 3 of 62 26. Director of Aviation — The ofiicially appointed Director of the Aviation Deparhnent of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Communziy Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The ofiicially appointed Di�•ector of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Worlcs — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work, 35. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 37. Final Inspectron — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 2011 007200-4 GENERAL CONDITIONS I'age 4 of 62 39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste reglilations, as amended from time to time. 41. Laws a»d Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all govei�lmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens—Charges, secw�ity interests, or encumbrances upon Project funds, real properiy, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44, Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45, Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement, 46, Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will eommence to run and on which Contractor shall start to perfonn the Work specified in Contract Documents, 47, PCI3s—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans — See deiinition of Drawings. 50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, descxibing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project—The Work to be performed under the Contract Documents. 52, Project Representative—The authorized representative of the City who will be assigned to the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-5 GENERAL CONDIT�ONS Page 5 of 62 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project, 54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 20ll et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. 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. 58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such ather lands furnished by City which are designated for the use of Cont�actor. 60. Specifications—That part of the Cont�act Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 61. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data. or information which are speciiically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 65. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-6 GENERAL CONDITIONS Page 6 of 62 66. Supplze�^—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 Worlc by Contractor or Subcontractor. 67. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, ar traffic or other control systems. 68. Unit Price YiTorlc—See Paragraph 11.03 of these General Conditions for deiinition. 69. Weelzend Worlcing Hours — Hours begiruling at 9:00 a.m. and ending at 5:00 p.m,, Saturday, Sunday or legal holiday, as approved in advance by the City. 70, Woriz The entire const�uction or the various separately identifiable parts thereof required to be provided under the Contract Documents, Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contraet Documents. 71. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the cont�ol of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hot�rs between 7 a.m. and 6 p.m, 1.02 Terminology A, The words and teixns discussed in Paragraph 1.02,B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work, It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the info�-mation in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective; CITY OF FORT WORTH STANDARU CONSTRUCTION SPECIFICATION DOCUMENTS Revised: 3eptember 8, 201 I oo�zoo-� GENERAL CONDITIONS Page 7 of 62 1. The word "defective," when modifying the word "Woxk," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: l. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning, ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement, 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to staring the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oonoo-a GENERAL CONDITIONS Page 8 of 62 2.05 Preconstruction Conference Before any Worlc at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2,06 Pirblic Meeting Before any Worlc at the Site is started, Contractor shall attend the Public Meeting as scheduled by the City, 2.07 Initial Acceptance of Scheda�les No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, ItEUSE 3.01 Intent A. The Contract Documents are completnentary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereo fl to be constructed in accordance with the Contract Documents. Any labor, documentation, services, nnaterials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style, Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross re%rencing is complete. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-9 GENERAL CONDITIONS Page 9 of 62 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or associatiorl, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractar shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby, 2. Contractor's Review of Contract Documents During Perforrnance of Worlc: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, speciiication, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Con�ractor had actual knowledge thereof, B. Resolving Discrepancies: l. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oonoo-�o GENERAL CONDITIONS Page 10 of 62 discrepancy between the provisions of the Contract Documents and the provisions of any standard, speciiication, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Docunnents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Suppiementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amendi��g arrd Suppleme»ting Contract Docznner�ts A. The Contract Documents may be ameilded to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The i�equirements of the Contract Documents may be suppleinented, and minor variations and deviations in the Worlc not involving a change in Contract Price or Cont�•act Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6,18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A, Contractor and any Subcontractor or Supplier shall not: 1, have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo� prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-11 GENERAL CONDITIONS Page I 1 of 62 risk. Tf there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When h•ansferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFER�NCE POINTS 4.01 Availability ofLands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for pernianent structures or permanent changes in existing facilities. 1. The City has abtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Condztrons A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2, those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - l2 GENERAL CONDITIONS Page 12 of G2 B. Lin�ited Reliance by Contractor o» Technical Data Airthof^ized: Contractor may rely upon the accuracy of the "tecluiical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not malce any Conh�act Claim against City, ar any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the meaiis, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsu� face or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contraetor is entitled to rely as provided in Paragraph 4,02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further distuxbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B, Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 2011 00 72 00 - l3 GENERAL CONDITIONS Page I 3 of 62 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Ir�dicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: City and Engineer shall not be responsible for the accuracy or completeness of airy such information or data provided by others; and 2. the cost of all of the fallowing will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Undergrotuld Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown orindicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City, City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of tbe Underground Facility. Contractor shall be responsible for the safery and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Veriiication of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 t oo�zoo-�a GENERA� CONDITIONS Page 14 of 62 4,05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessaiy to enable Contractor to proceed with the Worlc. City will provide construction stakes or other customary method of marlcing to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preseive the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazcrrdous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, rnembers, partners, employees, agents, consultants, or subcontractors with respect to: the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or eonclusion drawn from any "technical data" or any sueh other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or �pecifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20 t I oo�zoo-ts GENERAL CONDITIONS Page I S of 62 D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work iu connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6,17.A); and (iii) notify City (and promptly thereafter coniirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any, E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affeeted area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief ii is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5— BONDS AND INSUI2ANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insuxance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successar statute, each in an amount equal to the Contract Price as CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00'72 00 - 16 GENERAL CONDITIONS Page l6 of 62 security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Conti•act Documents. Maintenauce bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All Uonds 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 "Compauies 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 Seivice, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact inust 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-faet signed each bond, D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certi�cates of insurance (and other evidence of insurance requested by City or any otl�er additional insured) which Contractor is required to purchase and maintain. 1. The cez-tificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identi�ed 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 CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �2 00 - i� GENERAL CONDIT�ONS Page 17 of 62 Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow fortn of the pnmary coverage. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be iulacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to CITY OF FORT WORTH STANDARD CON5TRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 oonoo-is GENERAL CONDITIONS Page t 8 of 62 conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Cont�•actor's Inszn�a��ce A. Worlcer•s Compensation and Emplvyers' 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 atnended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection fi�om 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 beneiit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B, Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract, Insurance shall be provided on an occurrence basis, and as comprehensive as the current I�isurance Services Ofiice (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identi�ed in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 19 GENERAL CONDITIONS Page 19 of 62 anyone directly or indirectly employed by any of'them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Lr.'ability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Polzcy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Aceeptance of I3onds and Insurat�ce; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insuranee required to be pw�chased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contraet Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certiiicates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of sueh failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBTLITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perfoz�m the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B, At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �z oo - ao GENERAL CONDITIONS Page 20 of 62 B, Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours, Contractor will not permit the perfoz�mance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not Ue unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Warking Hoi.u•s request must be made by noon of the preceding Thu�sday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6,03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipinent, labor, transportation, construction equipment and rnachinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary foi• the performance, Contractor required testing, start-up, and completion of the Work. B. All nnaterials and equipment incorporated into the Work shall be as specified or, if not speciiied, 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. C, All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in aceordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20l 1 oonoo-ai GENERAL CONDITIONS Page 21 of 62 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification O1 32 16. 3. Proposed adjusfiments in the Project Schedule that will change the Contract Time shall be submitted in accardance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Subslitutes 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. "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 sufiiciently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally we11 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 certiiies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Con�ract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: SeptemUer 8, 20t 1 oo�zoo-a2 GENERAL CONDITIONS Page 22 of 62 b, Conh•actor 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. a Contractor shall malce 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 O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the pxoposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions oi any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 23 GENERAL CONDITIONS Page 23 of 62 B. Szrbstitute Const�zrction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. Ciry's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6,OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contr�actor shall indemn� and hold harmless City and anyone directly or indirectly employed by them fi�om and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. Ciry's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. G. Ciry Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions; No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not ernploy any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20l 1 00 72 00-24 GENERAL CONDITIONS Page 24 of 62 perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6,06.C). C. The City may fiom time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementaiy Conditions. D. Minority and Women Owi�ed Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enteiprises (MWBE) in the procurement of goods and services on a contractual basis, If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 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 maka 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. 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 worlc performed by an MWBE. Material misrepresentation of auy nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals ar entities performing or furnishing any of the Work shall communicate with City through Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-25 GENERAI. CONDITIONS Page 25 of 62 H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which speci�ically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates deterinined 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 Violatio�a. 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 31st 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 Vzolation 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 l lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E, Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-26 GENERAL CONDITIONS Page 26 of 62 open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, 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 Compliarzce, The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with ParagY•aphs A tlu�ough G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the VVork or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (including bzrt 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 zncident 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. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Con�ractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreernent, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's CITY OF FORT W ORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20 t 1 00 72 00 - 27 GENERAL CONDITIONS Page 27 of 62 responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City sha11 not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �2 00 - 2s GENERAL CONDITIONS Page 28 of 62 provision of State Comptroller's Ruling ,011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H, B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use ofSite and OtherAreas A. Lzmitation on Use of Site and Other Areas: Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with constiuction equiprnent or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work, 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in prog-ress before work is commenced on any additional area of the Site. Should any Damage Claim be rnade by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, ContractoN shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or aetion, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work, During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20l 1 00 72 00-29 GENERAL CONDITIONS Page 29 of 62 notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted irom the monies due or to become due to the Contractor. D. Fznal 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 properry owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Speciiications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protectzon 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 �acilities and other utility owners when CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 30 GENERAL CONDITIONS Page 30 of 62 prosecution of the Work may affect them, and shall cooperate with tliem in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D, Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Conh•actor's designated safety representative at the Site, 6.16 Hazard Communicatzon Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations, 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent tlu•eatened damage, injuiy, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued, B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fuliill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 201 I 00 72 00-31 GENERAL CONDITIONS Page 31 of 62 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect ta qua�itities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documenis 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 speci�'ied in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. B. Where a 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: l. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of canstruction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 32 GENERAL CONDITIONS Page 32 of 62 acceptance of a separate item as such will not indicate approval of the assembly in which the item functions, City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has compiied with the requirements of Section Ol 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Contif�uzng the Worlc Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagi•eements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Worlc will be in accordance with the Contract Doeuments 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 war�•anty 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 otlier 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 Docurnents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work ar any part thereof by City; 5. any review and acceptance of a Submittal by City; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 2011 00 72 00 - 33 GENERAL CONDITIONS Page 33 of 62 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Tndemni�cation 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 OPERA.TE AND BE EFFECTIVE EVEN I� IT IS ALLEGED OR PROVEN THAT ALL OR SOIYI� OF THE DAMAGES BEING SOUGFIT 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 of�cers, servants and employees, fy�om 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 PROVI5ION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation ofProfessional Design Services A. Con�ractor will not be required to provide professional design services unless such services are speciiically 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 certiiications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all per%rmance 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 certiiied CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 201 I 00 72 00 - 34 GENERAL CONDITIONS Page 34 of 62 by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the seivices, certifications or approvals perfarmed by such design professionals, provided Ciry has specified to Coutractor performance and design criteria that such seivices must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of desigYl calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6,23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment tmder this Contract, have access to and the right to examine and photocopy any d'u•ectly 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 Worlcing 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 Cont�actor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subconh•act, 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. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6,24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-35 GENERAL CONDITIONS Page 35 of 62 B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Worlc 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 wark, 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 propei•ly integrate wiih such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. 7.02 Coordination A. If City intends to cantract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: l. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the speciiic matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. CITY OF FORT WORTH ST'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 2011 00 72 00-36 GENERAL CONDITIONS Page 36 of 62 ARTICLE S — CITY'S RESPONSIBILITIES 8,01 Communications to Contracto�° Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor, 8.02 Furnrsh Data City shall timely fiirnish the data required under the Contract Documents. 8.03 Pay W1ien Due City shall malce payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05, Paragraph 4.02 refers to City's identifying and malcing available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8,05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. 8.07 Limitatzons on City's Responsibilrties A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14, 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4,06. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 37 GENERAL CONDITIONS 8.09 Compliance with Safety Program Page 37 of 62 Whi1e at the Site, City's employees and representatives shall comply with the specific applicable requirements af Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will pi•ovide one or more Project Representative(s) during the constiuction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make e�austive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. 9.03 Authorized Variations in Worlc 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 axe compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-38 GENERAL CONDITIONS Page 38 of 62 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. Ciiy's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirernents of Contract Documents nnd Acceptability of Worlc A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Worlc thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CIIANGES IlV THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Worlc A. Without invalidating the Contract and without notice to any surery, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City, 10.02 Unauthorized Changes in the Worl� Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: l, changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised: September 8, 201 l 00 72 00 - 39 GENERAL CONDITIONS Page 39 of 62 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 ExtYa Work A. Should a difference arise as to what does or does not constitute Extra Worlc, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and imal payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. 10.06 Contract Claims Process A. City's Decision Requzred: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 l 00 72 00-40 GENERAL CONDITIONS Page 40 of 62 allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claiin). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragi•aph 12.02. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractar believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City wili review each Contract Claim and, within 30 days after reeeipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1, deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. D. City's written action under Paragraph 10.06.0 will be �nal and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of sueh action or denial, E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUI2�MENT 11.01 Cost of the Worlc A, Costs Included.� The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Worlc covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited to the following items: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-41 GENERAL CONDITIONS Page 41 of 62 Payroll costs for employees in the direct employ of Cont��actor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same rnanner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �2 00 - a2 GENERAL CONDITIONS Page 42 of 62 owned by the workers, which are consumed in the perfortnance of the Work, and cost, less market value, of such items used but not consumed which remain the pxoperty of Cont�•actor, c. Sales, consurner, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligezlce of Contractor, any Subcontractor, or anyone directly or indirectly einployed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Con�ractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: Payroll costs and other compensation of Contractor's of�cers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting ageuts, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch ofiice for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all oi which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3, Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: 3eptember 8, 2011 00 72 00-43 GENERAL CONDITIONS Page 43 of 62 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5, Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Wark is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement, When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D. Documentatiorr: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11,01.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, proiit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Worlc A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-44 GENERAL CONDITIONS Page 44 of 62 the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of iterns of Unit Price Work are not guaranteed and are solely for the pw-pose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classiiications of Unit Price Work perfo�Yned by Cont�•actor will be r�aade by City subject to the provisions of Paragraph 9.05. C. Each i.u�it price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Worlc described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of �uiit price items shall be considered incidental to unit price worlc listed and the cost of iiicidental worlc included as part of the unit p17ce, D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if; 1. the quantity of any item of Unit Price Work perfornled by Cont�actor differs materially and significantly fi•om the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. 2. If the changes in quantities or alterations signi�cantly change the character of work, the Contract will be amended by a Change Order, If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4, A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-45 GENERAL CONDITIONS Page 45 of 62 6. When the quantity of work to be done imder any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Qarantity Measzrrement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correci an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. - ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and sha11 include the cost CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-46 GENERAL GONDITIONS Page 46 of 62 of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Worlc (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and pro�t (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of tl�e various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.O1,A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.O1,B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to iive percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 47 GENERA� CONDITIONS Page 47 of 62 B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely.affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any elaims, 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 projeet. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. ARTTCLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 48 GENERAL CONDI710NS Page 48 of G2 13.03 Tests and Inspections A. Contractar shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo fl to be inspected, tested, or approved, Conhactor shall assume full responsibility for ai�anging and obtaining such independent inspections, tests, retests ox approvals, pay all costs in connectiori therewith, and furnish City tl�e required certificates of inspection or appz�oval; excepting, however, those fees specifically identi�ed in the Supplementaiy Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementaiy Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipinent to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. Ciry may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1, City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest, 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the worlc of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 49 GENERAL CONDITIONS Page 49 of 62 13.04 Uncoverzng Work A. If any Work is covered contrary to the Contract Documents ar speciiic instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court ar other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13,06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 �2 00 - so GENERAL CONDITIONS Page 50 of 62 B. When correcting defective Worlc under the terms of this Paragraph 13.06 ar Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correctzon Pe��iod A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas rnade available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it frorn the Project and replace it with Work that is not defective, and 4. satisfactorily conect or repair or xemove 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 coxnply with the terms of Ciiy's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced, All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefi•om) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of dne year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.0'7 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20l 1 00 72 00-51 GENERAL CONDITIONS Page 51 of 62 13.08 Acceptance ofDefective Worlc If, instead of i•equiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and detertnination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Aeceptance, a Change Order will be issued incorporating the necessary revisions in the Cont�•act Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deiiciency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 wi11 serve as the basis for progress payments and will be incorporated into a form of Application for Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised: September 8, 201 l 00 72 00-52 GENERA� CONDITIONS Page 52 of 62 acceptable to City, Progi•ess payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Conh•actor is responsible for providing all inforniation as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Worlc completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appxopriate insurance or other arrangements to pxotect City's interest therein, all of which must be satisfactoiy to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment, 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents, B. Review ofApplications: l. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Paynnent will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; 5eptember 8, 2011 00 72 00 - 53 GENERAL CONDITIONS Page 53 of 62 determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been perforined have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a, the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. Por contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%), 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time speciiied in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Con�ractor, not as a penalty, but as liquidated damages suffered by the City. ' CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-54 GENERAL CONDITIONS Page 54 of 62 E. Payment; Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Worlc, except where Contractor has delivered a specific bond satisfactoiy to City to secure the satisfaction and discharge of such Liens; b. there aa•e other items entitling City to a set-off against the arnount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15,02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractar the amount so withheld, or any adjustrnent thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. 14.04 Partial Utilization A. Prior to Final Acceptance of all the Worlc, City may use or occupy any substantially completed part of the Work which has speciiically 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 Contractoi•'s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. Tf City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 �z oo - ss GENERAL CONDITIONS Page 55 of 62 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No iime charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identiiied in the Final Tnspection, City will issue to Contractor a letter of Final Acceptance. 14.07 Final Pay�nent A. Application for Payment: Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by; a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens iiled in connection with the Worlc. B. Payrrtent Becomes Due: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 56 GENERAL CONDITIONS Page 56 of 62 1. After City's acceptance of the Application for Payment and accompanying documentation, , requested by Contractor, less previous paymeuts made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirernents of the Contract Documents which specifically continue thereafter. 14.08 Final Completron Delayed and Partzal Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Worlc not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing iinal payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. F'or a Contract that provides for a separate vegetative establisl�ment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities rnust be completed and accepted for all other work. An axnount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of #"inal payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 Ciry May Suspend Worlc 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00-57 GENERAL CONDITIONS Page 57 of 62 by these Contract Documents, foi• any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D, Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment ta the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another constiuction project for the City. 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limita.tion, may justify termination for cause: Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's MWBE ordinance established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations oi any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made , an unauthorized assignment of the Contract or any funds due therefrom for the beneiit of any creditor or for any other purpose; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September 8, 201 I 00 �z oo - ss GENERAL CONDITIONS Page 58 of 62 7, Substantial evidence that the Contractor has become insolvent or banla�upt, or otherwise financially unable to cariy on the Work satisfactorily; or 8. Contractor commences legal action in a coui�t of competent jurisdiction against the City. B, If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Worlc. Conference shall be held not later than 15 days, after receipt of notice. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract, Contractor default shall not be declared eaz•lier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surery does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its obligations, then City, without process or action at law, may take over any portion of the Worlc and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient, 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is �nished. If the unpaid balance of the Contxact Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City, Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Cont�act, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20l i 00 72 00 - 59 GENERAL CONDITIONS Page 59 of 62 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article, 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate a11 orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20 t 1 00 �z oo - �o GENERAL CONDITIONS Page �0 of 62 a. the fabricated or tulfabricated parts, Work in progress, completed Worlc, supplies and other material produced as a part of, ar acquired in coruiection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other prope�-ty which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been tei�ninated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and presetvation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantiry and quality, of any or all items of termination invantory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject ta veriiication by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to con�ect the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Con�ractor shall be paid for (without duplication of any items): l. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained pxior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 Revised: September 8, 2011 00 72 00-61 GENERAL CONDITIONS Page 61 of 62 on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06,D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: l. elects in writing to involce any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3, gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certiiied 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 speciiies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. C1TY OF FORT WORTH STANDARD CONSTRUCTTpN SPECIFICATION DOCUMENTS Revised; September 8, 2011 00 72 00 - 62 GENERAL CONDITIONS Page 62 of 62 17.02 Computation of Tirnes 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 becoine the last day of the period. 17.03 Cumzrlative 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 whicl� 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 speci�cally in the Contract Documents in connection with each particular duty, obligation, i•ight, and remedy to which they apply. 17.04 Sarrvzval of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17,05 Headzngs Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201 I 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page I of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 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 Supplementary Conditions These Supplementaiy Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modi�ed or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modi�cations and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifcations and Speciiications shall govern over standard details. SC-4,OlA Easement limits shown on the Drawing are approxamate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Conh�actor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of October 11, 201 l. Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER Barclay, Lawrence & F Coleman 901 Barclay Avenue Lot 1, Biock 1, E.P. Barclay Addition to Riverside Fort Worth, Tarrant County, Texas Bullock, Jeanne B 900 N. Chandier Drive Lot 14, Block 1, E.P. Barclay Addition to Riverside Fort Worth, Tarrant County, Texas TARGET DATE OF POSSESSION 12/08/2011 12/08/2011 2 38 39 40 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 007300-2 SUPPLGMENTARY CONDITIONS Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 If Contractor considers the 6nal easements provided to differ materially fi�om the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before pi•oceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/ar obstructions that have not been removed, adjusted, and/or relocated as of October 11, 201 l. EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT "No�ae " 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 47 48 49 The Contractor understands and agrees that the dates listed above are estiu�ates only, a�•e not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Pt►ysical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work; Geotechnical Report No.08-1343, dated January 16`�', 2009, prepared by STL Engineers, a sub-consultant of Dunaway Associates, L.P., a consultant of the City, providing additional information on Miscellaneous Pavuig Improvements. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions �t Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certi�cates of Tnsurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: NONE (3) Other: NONE SC-5.04A., "Contractor's Insurance" The limits of liability for the insu��ance required by Paragraph GG5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRiJCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju1y l, 2011 CITY PROJECT # 00951 & 00952 00 73 00 - 3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 $100,000 each accidendoccutrence $100,000 Disease - each employee $500,000 Disease - policy limit SG5.04B., "Contractor's Tnsurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: � $1,000,000 each occun•ence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) mal<ing the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Veri�cation of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C,, which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will requn�e its employees, agents, subcontractors, equipinent, and material deliveries to cross railroad properties and tracks. None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, ar 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 AgreemenY' with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements speciiied herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or toach railroad property: (1) General Aggregate: $Confirm Limits with Railroad (2) Each Occurrence: $Confirm Limits with Railroad CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Requir•ed for this Contract With respect to the above outlined insurance requirements, the following shall govern: l. Where a single raiU�oad 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 ent'v�ely separate locations on the line or lines of the same raih•oad company, separate coverage may Ue required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on t]Ieir own separate rights-of-way, the Contractar may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other wark or activity is proposed on a railroad company's right-of-way at a location entir•ely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. Tf 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 woi•lc may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commeneed 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 Conn-actor's beginning worlc. 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 i•ailroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SG6.04., "Project Schedule" Project schedule shall be tier 3 for the project, SC-6.07., "Wage Rates" The following is the prevailing wage rate taUle(s) applicable to this project and is provided in the Appendixes: Buzzsaw location, Resources/02-Construction Doctunents/Construction Specification Book/OS-General and Special Condtions/05.9-Wage Rate M&C_7-8-08.pdf SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None X Not required for this Conh�act CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 00 73 00 - 5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 SC-6.098. "City obtained permits and licenses" The following are known perniits and/or licenses required by the Contract to be acquired by the City: 1. TxDOT SG6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of October 11,2011. Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION None SC-6.24B., "Title VI, Civi112ights Act of 1964 as amended" Not Used SC-7.02., ��Coordination" TARGET DATE OF POSSESSION The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Worlc Coordination Authorit None None � None SC-8.01, "Communications to Contractor" TxDOT SC-9.01., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: None SC-13.03C., "Tests and Inspections" None SG16.01C.1, "Methods and Procedures" None END OF S�CTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I C1TY PROJECT N 00951 & 00952 011100-1 SUMMARY OF WORK Page 1 of 3 1 2 3 PART1- GENERAL SECTION O1 11 00 SUMMARY OF WORK 4 1.1 SUMMARY 5 A. Section Inciudes: 6 1. Summar•y of Work to be performed in accordance with the Contract Documents 7 B. Deviations fi•om 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 PAYM�NT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIV� REQUIREMENTS 18 A 19 20 21 22 23 24 25 26 27 28 I: 29 30 31 32 33 34 35 36 37 38 � Work Covered by Contract Documents l. Work is to include furnishing all labor, materials, and equipment, and perfoiming all Work necessary for this construction project as detailed in the Drawings and Speci�cations. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no speciiic item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the pub]ic 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 necessaxy to avoid delay in the construction operations. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COtJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECI' �l 00951 & 00952 oi i� 00-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to intel�fere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the stt•eet is occupied by raih�oad tracks, the Worlc shal] be carried on in such 5 manner as not to intei•fere with the operation of the railroad. 6 1) All Worlc shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Worlc within Easements 9 1. Do not entei• upon pi•ivate prope�•ty for any purpose without having previously 10 obtained permission fi�om the owner of such property. 11 2. Do not store equipment or matei•ial on p��ivate property unless and until the 12 specified approval of the propei-ty owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. U�lless speci�cally provided otherwise, clear all rights-of-way or easements of I S obstructions which must be i•emoved to make possible prope�� prosecution of the 16 Work as a part of the projeet construction operations. 17 t8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 4. Prese�ve and use every precaution to prevent damage to, all h�ees, 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 fi•om any act, omission, neglect, or misconduct in the manner or method or execution of the Wo�•k, or at any time due to defective work, material, or equipment. 33 6. Fence 34 a, Restore all fences encountered and removed during construction of the Project 35 to the original or a bettei• than original condition. 36 b, Erect temporary fencing in place of the fencing removed whenever the Worlc is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c, The cost for all fence work associated with easements, including removal, 40 temporary closures and replacement, shall be subsidiary to the various items bid 41 in the project proposal, unless a bid item is specifically provided in the 42 proposal. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 01 1100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMTTTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 19 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIV�RY, 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 12 13 END OF SECTION C[TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 ol2sao-i SUBS7'ITUTION PROCEDURES Page 1 of 4 2 3 PART1- G�NERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 SECTION O1 25 00 SUBSTITUTION PROCEDURES 1, The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or mor•e of the following: a. Name of manufactur•er b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contj•act 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROC�DUIZES 20 21 22 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 Itern. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRA.TIVE REQUIREMENTS 25 26 2'7 28 29 30 3l 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests fi•om Contractor for substitution of products in place of those speci�ed. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH 200'i CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 oi2soo-a SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/o�• time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b, Under the conditions stated herein 8 9 10 II 12 13 14 15 l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in consh�uction schedule, when a reduction is proposed 3) Data relating to changes in cost b. Foi• products 1) Product identi�cation a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or D�•awing reference of ot•iginally speciiied product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clear•ly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects Icnowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of speci�ied product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DI3TRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 2 3 4 5 6 7 8 5. Substitution will be rejected if: a. Submittai is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS (NOT USED] 11 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT US�D] 12 1.9 QUALITY ASSURANCE 13 14 15 16 17 18 19 20 21 22 23 24 25 26 A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 1.11 FI�LD [SIT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 30 31 END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' # 00951 & 00952 o� as oo - a SUBSTITUTION PROCEDURES Page 4 of 4 1 2 3 4 5 6 7 8 9 10 � 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQU�ST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution; Reason for Substitution: Include complete information on changes to Drawings and/or Speci�cations which proposed substitution will require for its proper installation. Fill in Blanlcs Below: A. Will the undersigned conri•actor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Diffei•ences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and speci�ed items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the speciiied item. Submitted By: For Use by City Signature as noted _ Recommended _ Recommended Firm Address Date Telephone Not recommended Received late By Date Remarks For Use by City: Approved City Date Rej ected CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2007 CRI7'ICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 � 3 PART1- GENERAL SECTION O1 31 19 PRECONSTRUCTION MEETING 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify consn�uction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRIC� AND PAYMENT PROCEDURES 14 A. Measurement and Payment I S 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 It�FERENCES [NOT US�D] 18 1.4 ADMINISTRATIVE REQUIREM�NTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 O1 31 19 - 2 PRECONSTRUCTION MEETING I'age 2 of 3 1 2 3 4 5 6 7 8 9 l0 11 12 ]3 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 e. Other City representatives f. Others as appropriate 4. Construction Schedule a, Prepare baseline construction schedule in accordance with Section Ol 32 16 and pc•ovide at Preconsn•uction Meeting. b. City will notify Conri�actor 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 oi• other pei�tinent permits d. Contractoi�'s work plan and schedule e. Contract Time £ 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 Conti•ol Testing o. Public Safety and Convenience p. Documentation of Pre-Consttuction Conditions q, Weekend Work Notification i•. 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. Stor•m 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 f£ Temporary construction facilities gg. M/WBE procedures hh. Final Acceptance ii. F'inal Payment jj. Questions or Comments CTI'Y OF FORT WORTH 2O07 CRITICAL CAPITAL i'ROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUI3MITTALS/INFORMATIONAL SUBMITTALS [NOT US�D) 3 1.7 CLOS�OUT SUBMITTALS [NOT USED] 4 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT US�D] 6 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 7 l.l l FIELD [SIT�] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT US�D] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - �X�CUTION [NOT USED] I1 12 13 END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20] 1 CITY PROJECT # 00951 & 00952 013120-1 PROJECT MEETINGS Page 1 of 3 i S�CTION O1 3120 2 PROJECT MEETINGS 3 (�S'pecifier: This Specificcrtion is irr/et7ded for ztse o� projects de.sigrzcrtetl as Tier^ 3 0� Tier 4.J 4 PART1- GEN�RAL 5 1.1 SUMMARY 6 7 8 9 � A. Section Includes: 1. Provisions fol• project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Speci�cation 1. None, 12 C. Related Specification Sections include, but are not neeessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1—�General Requirements 15 1.2 PRICE AND PAYM�NT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFER�NCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIRCMENTS 21 A. Coordination 22 1. Schedule, attend and administer as speciiied, periodic progress meetings, and 23 specially called meetings tlu•oughout progress of the Work. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meetings administered by City may be tape recorded. 27 a. If recorded, tapes will be used to prepare minutes and retained by City for 28 firture reference, 29 4. Meetings, in addition to those specified in this Section, may be held when requested 30 by the City, Engineer or Contractor. 31 B. Pre-Construction Neighborhood Meeting 32 1. After the execution of the Agreement, but before construction is allowed to begin, 33 attend 1 Public Meeting with affected residents to: 34 a. Present projected schedule, including construction start date 35 b. Answer any construction related questions 36 2. Meeting Location 37 a. Location of ineeting to be determined by the City. 38 3. Attendees CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COIJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 013120-2 PROJECT MEETINGS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 at 22 23 Za 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4'7 48 a. Contractor b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction confe��ence. b, In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to; a. Coordinating shutdowns b. Installation of piping and equipment c. Cooi�dination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all pai�ticipants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Tteview of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts £ Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Recard Documents o. Review monthly pay request CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC"I' # 00951 & 00952 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 1] 12 13 14 l5 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT US�D] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 D�LIV�RY, STORAGE, AND HANDLING [NOT USED] 18 l.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USEDJ 20 PART 2- PRODUCTS [NOT USED] 21 22 23 24 PART 3 - EX�CUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Speci�c requirements are presented in the City of Fo1�t Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification l. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 17 18 Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Paymeut A. Definitions 1 2. 3 Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program proj ects d. Tier 4- Schedule submittal required by contract as described in the Speci�cation and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and depa��tures from the schedule. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRtCT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJEC'I' # 00951 & 00952 013216-2 CONSTRUCTIONPROGRLSSSCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B, Reference Standards 4 1, City of Fol�t Worth Schedule Guidance Document 1.4 ADMINISTRATIV� R�QUIREMENTS A. Baseline Schedule 7 1, General 8 a, Prepare a cost-loaded baseline Schedule using approved software and the 9 Ci•itical Path Method (CPM) as required iu the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c, Desiguate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 17 18 19 B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 C. Responsibility for Schedule Cornpliance 1. Whenever it becomes apparent fi•om the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of S 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Ful7iish justification and suppoi�ting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 vv�•iting thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. , 15 a) Such data shall be included in the next updating of the Progi•ess 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis foi• a change therein. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2 � Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be ganted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, st�•ikes, unavoidable delays on the part of the City or its representatives, and other unfo7�eseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions bayond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities, E. Coordinating Schedule with Other Contract Schedules 1 2 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 21 22 23 24 25 C. Schedule Nan•ative 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 31 32 33 34 Where worlc is to be perfonned under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a, Obtain the schedules of the other appropriate contracts fi•om the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. In case of interfer•ence between the operations of different conn•actors, the City will determine the work priority of each contractor and the sequence of work necessa�y to eapedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as �nal. b. The temporaty delay of any worlc due to such circumstances shall not be considet�ed as justi�cation for claims for additional compensation. 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Pritnavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. 1. Submit the schedule narrative in pdf format as required in the City of Foi�t Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT 1l 00951 & 00952 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT US�D] l.$ 11�INTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUltANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similai• complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAMB SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 200'1 CRITICAL CAPITAL PROJECT, COCINCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 013233-1 PRECONSTRUCTION VtDEO Page I of 2 1 2 3 PART1- GEN�RAL 4 1.1 SUMMARY SECTION O1 32 33 PRECONSTRUCTION VIDEO 5 A. Section Includes; 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Spacification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRA.TIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the CiTy, 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOS�OUT 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] 3l 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 32 1.12 WA,RRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 0] 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EX�CUTION [NOT US�D] �ND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B I2evised July l, 2011 CITY PROJECT # 00951 & 00952 013300-1 SUBMITTALS Page 1 of 8 1 2 3 PART1- GENERAL 4 l.l SUMMARY 5 6 7 8 9 10 I1 12 13 14 15 16 17 1.2 SECTION O1 33 00 SUBMITTALS A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specifcation Sections include, but are not necessaz•ily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROC�DURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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 reguired) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication � Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submitta]s suf�ciently in advance of the Work. C]TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROtTP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 013300-2 SUBMITTALS Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Make submittals promptly in accoi•dance with appi•oved schedule, and in such sequence as to cause no delay in the Work oi• in the work of any other contractor. B. Submittal Numberi�ig When submittizag shop drawings or samples, utilize a 9-character submittal cross- reference identification n�imbei•ing system in tlle following manner: a. Use the �t•st 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbeis 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a lettel•, A-Z, indicating the t•esubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.), A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Conerete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1, Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following; a. Field measurements b. Field consh•uction criteria a Catalog numbers and similar data d. Confor�nance 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 veri�ed 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 2. Fold shop drawings larger than 8'/2 inches x 1 l inches to 8'h inches x 11 inches. 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 013300-3 SUBMITTALS Page 3 of 8 2 3 4 5 6 2. The Project title and number 3. Contractor identiiication 4. The names of: a. Contractor b. Supplier c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 1 l 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identiiication by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 1 l. An 8-inch x 3-inch blank space for Contractor and City stamps IS 16 17 l8 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon �eld 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 013300-4 SUBMITTALS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7) Standard wiring diagrams 8) Printed perfoi�rnance cwves and operational-range diagrams 9) Production or quality control inspection and test reports and certi�cations 10) Mill reports 11) Product operating and maintenance inst��uctions and recommended spare-parts listing and printed product warranties 12) As applicable to the Worlc H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as; 1) Sections of manufactured or fabr•icated Work 2) Small cuts ar containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work 18 L Do not start Work requiring a shop drawing, sample or product data nor any material to . 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication perforined, materials purchased or on-site construction accomplished 21 which does not conform to appt�oved shop drawings and data is at the Conh•actor's 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution l. Electronic Distribution a. Confirm development of Project directory foi� elect�•onic 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 requij•es 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) Dish•ibuted to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCTL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 01 33 00 - 5 SUBMITTALS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 a. b. c. 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 rehirned, Contractor shall submit more than the number of copies listed above. Product Data 1) Distributed to the City 2) Copies a) 4 copies Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site 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. 7 3 � 5. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fuliillment of the terms oi the Contract, a. All risks of error and omission are assurned by the Contraotor, and the City will have no responsibility therefore. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City �nds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH 2O07 CRITTCAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 013300-6 SUBMITTALS Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 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 tnanufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to addi•ess all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 calendar• days of the date of the City's transmittal i•equiring 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 Conh•act Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision n•iangle or other similar method a) At Contractor's risk if not marked b. Submittais for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be perfoa•med 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 retua•ned to the Contractor, and will be considered "Not Approved" until resubmitted. c, The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Working Days prior to release for manufacture. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJEC'I', COUNCIL DTSTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CTTY PROJECT # 00951 & 00952 013300-7 SUBMITTALS Page 7 of 8 1 2 3 4 5 E 10 When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the constiuction in accordance therewith and no fur•ther changes therein except upon written instructions fi•om the City. Each submittal, appropriately coded, will be returned within 30 calendar days following receipt of submittal by the City. 6 L. Mock ups 7 l. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work oi• when directed. 10 M. Qualifications 11 L If specifically requii•ed in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 14 IS 16 17 18 19 20 N. Request for I�ifoY7nation (IZFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Conn•actor believes there is a conflict between the Drawings and Speci�cations 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Preiix with "IZFI" followed by series number, "-xxx", beginning with "Ol" and 23 increasing sequentially with each additional transmittal. 24 4. Sufiicient information shail be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 013300-8 SUBMITTALS Page 8 of 8 l 1.S SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 3 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 4 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT US�D] 5 1.9 QUALITY ASSURANCE [NOT US�D] 6 1.10 D�LN�RY, STORAG�, AND HANDLING [NOT US�D] 7 1.11 FI�LD [SIT�] CONDITIONS [NOT US�Dj 8 L12 WAItRANTY [NOT US�D) 9 PART 2- PRODUCTS [NOT US�D] 10 PART 3- EX�CUTION [NOT USED] �I [L END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 P CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 9 :. � 3 PART1- GEN�RAL 4 1.1 SUMMIIRY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Section Includes: SECTION O1 35 13 SPECIAL PROJECT PROCEDURES The procedures for special project cii•cumstances that includes, but is not limited to: a. Coordinatron with the Texas Department of Transportation b. Wor•k near High Voltage Lines c. Confined Space Entry Progi�am d. Air Pollution Watch Days e. Use of �xplosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Consti•uction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking 1. {Coordination with North Central Texas Council of Governments Clean Construction Specification [i•emove if not 1•equu•ed]} B. Deviations from this City of Fort Worth Standard Speciiication l. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Conh�act 24 2. Division 1— General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 1.2 PRIC� AND PAYMENT PROCEDURES 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The worlc performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additionallnsurance 5) Insurance Certificates CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 6) Other 1•equirements associated with gene�•al cool•dination with Railroad, inchiding additional employees requii•ed to protect the right-of-way and property of the Railroad fi•om damage arising out of and/or fi�om the consti•uction of the Project. 2. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per woi•king day. b. Payment 1) The worl< performed and materials ful•nished in accordance with this Item �vill be paid for each working day tl�at Raih•oad Flagmen are present at the Site . c. The price bid shall include: 1) Coo7•dination for scheduling flagmen 2) Fiagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 19 1.3 R�FER�NCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. North Central Texas Council of Governments (NCTCOG) — Clean Construction 25 Specification 26 1.4 ADMINISTRATIVE REQUIltEMENTS 27 A. Coordination with the Texas Department of Transportation 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the T�OT right-of-way shall be per-formed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 2. Equipment operating within 10 feet of high voitage lines will require the following safety features a. Insulating cage-type of guard about the boom or ar►n b. Insulator linl<s on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 3. Worlc within 6 feet of high voltage electric lines a. Notification shall be given to: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 O1 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 0 � 1) The power company (e�ample: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. Coor•dination with power company 1) After notification coordinate with the power company to: a) Erect tempoi•aty mechanical barriers, de-ener•gize the lines, or raise or lower the lines No pe1•sonnel may worl< within 6 feet of a high voltage line before the above requirements have been met. C. Con�ned Space Entry Program 1. Provide and follow approved Confined Space Entiy 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. Ait• Pollution Watch Days l. General a. Observe the following guidelines relating to worlcing on City constniction 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 ceiiified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section O1 31 13 F. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activaiing those lines. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju1y i, 2011 CITY PROJECT # 00951 & 00952 O13513-4 SPECIAL PROJECT PROCEDURES Page 4 of 9 1 2. Cooi•dinate any event that will requii•e connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant watei• metei• fi�om the Water Department for use 5 during the life of named project. 6 c. In the event tl�at a water• valve on an eYisting live systern be turned off and on 7 to accommodate the consh-uction of the project is required, coordinate this 8 activity tht•ough the appropr•iate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chaptel• 28.03 (Criminal Mischief� and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) I�l addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. I S G. Public Notification Prior to Beginning Const�•uction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Posi notice or flyer 7 days prior to beginning any construction aetivity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the foilowing 23 inforination: 24 a) Narne of Project 25 b) City Pi•oject No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the blocic 28 e) Name of the contractor's foreman and phone number 29 fl Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre-construction notification' flyer is attached as E�ibit 32 33 34 35 36 37 A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer• is delivered to all residents of the block. 38 H. Public Notification of Temporaiy Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 xesidents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 43 44 45 46 47 48 2. Prepared notice as follows: a. The noti�cation or flyer shall be posted 24 hours prior to the temporary intenvption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 9 1 2 � 4 5 6 7 8 9 10 li 12 J3 14 IS I6 ]7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 c. d. e. f. 3) Date of the interruption of service 4) Period the interruption will talce place 5) Name of the conh�actor's foreman and phone number 6) Name of the City's inspector and phone number A sample of the iemporary water service intet•tliption noti�cation is attached as Exhibit B. Deliver� a copy of the temporary interi•uption notification to the City inspector for review pt•ior to being distributed. No interniption of water service can occur until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Cansh•uction Inspector. I. Coordination with United States Almy Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are requn•ed, meet all requirements set forth in each designated peimit. J. 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. Tliis includes, but is not limited to, provisions for: a. Flagmen b. I�ispectors c. Safety training d. Additional insurance e. Insurance cei�tificates f. Other employees required to protect the right-of-way and property of the Railroad Company from darnage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the pe�mit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were personnel were present on Site. K. Dust Control l. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking l. Provide parking for employees at locations approved by the City. 41 M. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 42 Construction Specification [if required for the project — verify with City] 43 1. Comply with equipment, operational, reporting and enforcement requirements set 44 forth in NCTCOG's Clean Construction Specification.} CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 9 1 1.5 SUBMITTALS [NOT US�D] 2 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 3 1.7 CLOSEOUT SUBMITTALS [NOT US�D) 4 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS [NOT USED] 5 19 QUALITY ASSYJI2ANC� [NOT US�D) 6 1.10 D�LIV�RY, STORAG�, AND IIANDLING [NOT US�D] 7 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 8 1.12 WARTtANTY [NOT US�D] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] ll 12 13 �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 2011 CITY OF FORT WORTH 2O07 CRPI'ICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPBCIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJEC"I' # 00951 & 00952 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 9 2 3 4 5 6 � 8 9 10 ll 12 13 14 1s 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: 00951 & 00952 Project Name: 2007 Critical Capital Project, Council District 2, Group 2A City Project No. 00951 And 2007 Critical Capital Project, Council District 2, Group 2B City Project No. 00952 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 C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CTTY PROJECT # 00951 & 00952 O1 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 9 PLEASE KEEP TH/S FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'I' # 00951 & 00952 013513-9 SPECIAL PROJECT PROCEDURES Page 9 of 9 1 2 EXHIBIT B FORT WORTH Date: . • • i'i i' • • • � ' • ., ; , . • � DUE TO UTILITX IMPROVEMENTS TN YOUIt NEIGI3BORFIOOD, YOUR WATER SERVICE WILL BE INTERRUPT�D ON BETWEEN THE FIUUI25 OF AND IF YOi7 HAVE QUESTIONS ABOUT THIS SHUT-QUT, PI,EASE CALL: MR. AT (CONTRACTORS SiTPERINTEND�NT) (TELEPHONE NUMBER) OR NiR. AT (CITY INSP�CTOR) (TELEPHONE NUMBER) TIiIS INCONV�NIENCE WILL BE AS SHORT AS POSSIBLE. TFTAI�TK YOU, CONTRACTOR 3 4 CITY OF FORT WORTH 2O07 CRITIGAL CAPPI'AL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 20ll CITY PROJECT # 00951 & 00952 014523-1 TESTING AND ]NSPECTION SERVICES Page 1 of 2 � 3 PART1- GENERAL SECTION O1 45 23 TESTING AND 1NSPECTION SERVICES 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection seivices procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Conh•act 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 A, Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments � for testing by Contractor have been paid in full. 25 1.3 R�FERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 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 Cont�•actor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 01 45 23 - 2 TESTING AND [NSPECTION SERVICES Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 2) Upload test reports to designated project dii•ectoiy and notify appi•opriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Kepresentative b. Hard Copy Distribution (if required in lieu of electronic disti•ibution) 1) Tests performed by City a) Dish•ibute 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 matei•ial including the following information: a. Name of pit b. Date of delivety c, Material delivered I S B. Inspection 16 l. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accardance with the Contract Documents. 18 1.5 SUBMITTALS [NOT US�D] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 20 1.'7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT US�D] 22 1.9 QUALITY ASSiJRANCE [NOT USED] 23 1.10 DELIVERY, STORA.G�, AND HANDLING [NOT USED] 24 25 26 2'7 28 29 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EX�CUTION [NOT US�D) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COt7NCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 o�s000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 2 SECTION Ol 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PART1- G�NERAL 4 l.l SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessat•ily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 16 17 18 1.2 C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRIC� AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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 supp]y of potable water for domestic consamption by Contractor personnel and City's Project Representatives. c. Coordination CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 o� s000-a TEMPORARY PACILII'IES AND CONTROLS Page 2 of 4 1 1) Contact City 1 week before water for construction is desired 2 d. Contractor Payment for Consti•uction Water 3 1) Obtain construction water metet• from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric power•ed service as required for Woi•k, including 7 testing of Work. g 1) Provide power for lighting, operation of equipment, or other use. 9 b. Electric power service includes temporaly power• seivice or generator to 10 maintain operations dur•ing scheduled shutdown. I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 4. Telephone a. Provide emergency telephone service at Site for use by Contractoi• personnel and others performing wor'k or fi�rnishing services at Site. 5, Temporary Heat and Ventilation a, Provide temporaiy heat as necessaiy for protection or completion of Worlc. b. Provide temporaiy heat and ventilation to assure safe working conditions. B. Sanitaiy Facilities Provide and maintain sanitaiy facilities for persons on Site. a, Comply with regulations of State and local departments of health. 2, Enforce use of sanitaiy faciiities 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 inte�vals 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 identi�cation, inspeetion 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 priar to Final Acceptance. 43 D. Temporary Fencing 44 1. Provide and maintain for the duration or construction when required in contract 45 documents CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 O1 5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 E. Dust Contr•ol 2 1. Conh�actor is responsible for maintaining dust control through the dua•ation of the 3 project. 4 a. Contractor remains on-call at all times 5 b. Must respond in a timely manner 6 F. Temporary Protection of Construction 7 1. Contractor or subcontractors are responsible for protecting Work from damage due 8 to weather. 9 1.5 SUBMITTALS [NOT US�D] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] i l 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MAT�RIAL 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 [NOT USED] 18 PART 3- EXECUTION [NOT US�D] 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. Temporary Facilities 24 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 015000-4 TEMPORAI2Y FACILITIES AND CONTROLS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 3S [R�PAII2] / [RESTORATION] 3.6 I2E-INSTALLATION 3.7 I'IELD (oR] SITE QUALITY CONTROL [NOT US�D] 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT US�D] 3.10 CL�ANING (NOT USED] 3.11 CLOS�OUT ACTIVITIES A. Temporaiy Facilities 1. Remove all tempoi•aiy facilities and restore area after completion of the Work, to a condition equal to or better than priot• to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE (NOT US�D) 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 ] CITY PROJECI' # 00951 & 00952 015526-I STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 2 SECTION O1 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERA.L 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modifcation of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contr•act 14 2. Division 1— General Requirements 1 S 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2, Texas Manual on Uniform Traffc Control Devices (TMtTTCD). 26 1.4 ADMINISTRATIVE R�QUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 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 traffc control plans are not included in the Drawings, prepare traf�c 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 2O07 CRTTICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 OI5526-2 STREET USE PEIZMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2 3 1) Ailow a minimum of S working days for permit review. 2) Contractoi�'s responsibility to coordinate review of Trafiic Control plans for Street Use Permit, such that construction is not delayed. 4 C, Modification to Approved Traffc Conti•ol 5 1. Prior to installation traffic conti•ol: 6 a. Submit revised tr•affic conti•ol plans to City Department Transportation and 7 Public Worlcs Department. 8 1) Revise Traffic Conti•ol plans in accoi•dance with Section 34 71 13. q 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractoi•'s responsibility to cool•dinate i'eview of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed foi• construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 17 18 19 20 21 22 23 24 25 E. Temporary Signage 1. In the case of regulatoiy signs, replace permanent sign with temporary sign meeting r•equirements of the latest edition of the Texas Manual on Uniform Traffic Conh�ol 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 Transpor�tation and Public Worlcs 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. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 30 1.9 QUALITY ASSURANC� [NOT USED] 31 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 32 33 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 1.12 WARI2ANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 36 PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COIJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECI' # 00951 & 00952 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFF[C CON"CROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COtJNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 01 57 13 - 1 STORM WATER POLLU"tION PREVENTION Page l of 3 1 2 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 l.l SUMMARY 5 6 7 8 A. Section Includes: 1. Procedures fo3• Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification l. None. 9 C. Related Specification Sections include, but a1•e not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1— General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 16 17 18 19 20 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 separaie payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REF�RENCES 22 A. Abbreviations and Acronyms 23 1, Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWl'PP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Storm water Pollution Prevention Plan. CITY OP FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECT # 00951 & 00952 015713-2 STOIZM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2, 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit t0 TXR150000 11 a) Sign aud post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 31 25 00 17 b) The Drawings 18 c) TXRI50000 General Permit 19 d) S WPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPD�S) General Construction 23 Permit is required 24 b, Complete SWPPP in accordance with TCEQ requixements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 2g Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change reguired if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 31 25 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP l. Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 Ol 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 L If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section O1 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 5 0 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANC� [NOT USED] 8 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 9 111 FIELD [SITE) CONDITIONS [NOT US�D] 10 1.12 WARI2ANTY (NOT US�D] 11 PART 2- PRODUCTS [NOT US�D] 12 PART 3 - �XECUTION [NOT US�D] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 58 13 TEMPORARY PROJECT SIGNAGE 5 A. Section Includes: 6 l. Temporary Project Signage Requirements 7 B. Deviations fi•om this City of Fort VVorth Standat•d 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 I 1 2. Division 1— General Requirements 12 1.2 PRIC� AND PAYMENT PROCEDUR�S 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES (NOT USED] 17 1.4 ADMINISTRATIVE R�QUIREM�NTS [NOT US�D] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 21 1.7 CLOSEOUT SUBMITTALS (NOT US�D] 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT US�D] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDJ 24 1.11 FIELD [SITE� CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 28 29 30 31 2.1 OWNER-FURNISHED [ox] OWN�R-SUPPLIEDPRODUCTS [NOT US�D] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria l. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT N 00951 & 00952 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 l. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT US�D] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - �X�CUTION 7 3.1 INSTALL�RS [NOT USED] 8 3.2 EXAMINATION [NOT US�D] 9 3.3 PR�PARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1, Provide vertical installation at extents of project. 13 2, Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 I2�PAIR / RESTORATION [NOT USED] 19 3.6 I2�-INSTALLATION [NOT USED] 20 3.7 FI�LD [oR] SITE QUALITY CONTROL [NOT USEDj 21 3.8 SYST�M STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CL�ANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 25 3.12 PROTECTION [NOT USED] 26 3.13 MA.INTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3,14 ATTACHMENTS [NOT USED] 30 31 END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, CqUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 015813-3 TEMPOFZARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 � 3 PARTl- GENERAL 4 1.1 SUMMARY SECTION O1 60 00 PRODUCT REQUIREMENTS 5 A. Section Includes: 6 1. A listing of the approved products for use in the City 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRIC� AND PAYMENT PROC�DURES [NOT USED] 13 1.3 REFERENCES [NOT US�D] 14 1.4 ADMINISTRATIVE R�QUIR�MENTS IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 1.S A. A list of City approved products for use is attached to this Section. B. Only products specifcally included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D, Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT!( 00951 & 00952 O1 6000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WAI2I2ANTY [NOT USED] 3 PART 2- PRODUCTS [NOT US�D] 4 PART 3 - �XECUTION [NOT US�D] 5 END OF SECTION � Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COi1NCIL DISTRICT 2 GROUP 2A & GROUP 2B CTTY PROJECT # 00951 & 00952 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 I 2 S�CTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- G�NERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 IS 16 A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delively 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 Requiremants, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYM�NT PROCEDURES 17 A, Measurement and Payment 18 1, Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REF�RENCES [NOT USED] 21 1.4 ADMINISTRATIVE R�QUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 24 25 26 27 28 29 30 31 32 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUI2ANCE [NOT US�D] 1.10 DELIVERY AND HANDLING A. Deliveiy Requirements 1. Schedule delivery of products or equipment as reguired 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 waii extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 O16600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in rnanufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage, 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 11 12 13 14 IS 16 17 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 matei•ials and ec�uipment. 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 pai�ts of Work and to utility service company installations in vicinity of Work. 18 3. 19 zo 21 22 4. 23 24 5. 25 26 27 6. 28 29 7. 30 8. 31 32 33 34 35 36 37 38 9. 10 ICeep nnaterials 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. 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. 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. Do not use lawns, grass plots or other private property for storage purposes without written pei�rnission of owner or other person in possession or control of premises. Store in manufacturers' unopened containers, 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. Keep public and private driveways and street crossings open. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Repi•esentative. 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONST1tUCTION SPECIFICATTON DOCUMENT3 GROUP 2A & GROUP 2B Revised July l, 2011 CTI'Y PROJECT # 00951 & 00952 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITYONS [NOT US�D] 2 1.12 WARRANTY [NOT US�D] 3 PART 2- PRODUCTS [NOT US�D] 4 PART 3 - EX�CUTION 5 3.1 INSTALLERS [NOT US�D] 6 3.2 �XAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 EItECTION [NOT USED) 9 3.5 REPAIR / I2�STORATION [NOT USED] 10 3.6 I2E-INSTALLATION [NOT USED] 11 3.� FIELD [ox] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equiprnent delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 l. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 22 23 24 25 26 27 28 29 30 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 US�D] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COtTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COLJNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJEC'I' �l 00951 & 00952 017123-1 CONSTRUCTION STAKING Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 SECTION O1 71 23 CONSTRUCTION STAKING A. Section includes: 1. Requirements for construction staking. 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 PRICE AND PAYMENT PROCEDURES 13 A, Measurement and Payment 14 1. Worlc associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 R�F�RENCES [NOT USED] 17 1.4 ADMINISTRATIV� REQUIREMENTS 18 A. Construction Stakes 19 1. Construction staking will be performed by the City. 20 2. Coordination 21 a. Contact City's Project Representative at least 2 weeks in advance for 22 scheduling of Construction Staking. 23 3. General 24 a. It is the Contractor's responsibility to coordinate staking such that construction 25 activities are not delayed or negatively impacted. 26 b. Contractor is responsible for preserving and maintaining stakes furnished by 27 City. 28 c. If in the opinion of the City, a sufficient number of stakes or markings have 29 been lost, destroyed or disturbed, by Contractor's neglect such that the 30 contracted Work cannot take place, then the Contractor will be required to pay 31 the City for new staking with a 25 percent markup. 32 1) The cost for staking will be deducted from the payment due to the 33 Contractor for the Project. 34 1.5 SUBMITTALS 35 A. Submittals, if required, shall be in accordance with Section Ol 33 00. 36 1. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 017123-2 CONSTRUCTION STAKING Page 2 of 3 1 1.6 ACTION SUBMITTALS/INFOT2.MATIONAL SUBMITTALS 2 A. Certificates 3 1. Provide certificate certifying that elevations and locations of improvements are in 4 conformance or non-conformance with f�equirements of the Contract Documents. 5 a, Ce��tificate must be sealed by a registered professional land suiveyor in the 6 State of Texas, 7 B. Field Quality Control Submittals 8 1, Documentatian verifying accuracy of field engineering work 9 1.7 CLOS�OUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT US�D] 11 1.9 QUALITY ASSURANC� 12 A. Use adequate numbers of sl<illed workmen who are thoroughly trained and experienced 13 in the necessary crafts and who are completely familiar with the specified requirements 14 and the methods needed for proper perfortnance of the Work. 15 1.10 DELIV�RY, STORAGE, AND ITANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED) 18 PART 2- PRODUCTS [NOT US�D] 19 PART 3 - EXECUTTON 20 3.1 INSTALLERS [NOT USED] 21 3.2 �XAMINATION [NOT US�D] 22 3.3 PItEPARATION 23 A. Verify location and protect control points before commencing Work. 24 B. Notify City's Project Representative immediately of any discrepancies discovered. 25 3.4 APPLICATION [NOT USED] 26 3.5 I2EPAIR / RESTORATION [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD [oRJ SITE QUALITY CONTROL 29 A. Preserve permanent reference points during progress of the Work. 30 B. Do not change or relocate reference points without approval from the City. 31 C. Utilize recognized engineering survey practices. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 01'1123-3 CONSTRUCTION STAKING Page 3 of 3 1 3.8 SYST�M STA.RTUP [NOT USED] 2 3.9 ADJUSTING [NOT US�D] 3 3.10 CL�ANING [NOT US�D] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT US�D] 6 3.13 MAINT�NANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT US�D] 8 9 � END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 Oi7423-1 CLEANING Page t of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 SECTION O1 74 23 CLEANING 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 Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cont�•act 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiaty to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIR�MENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT US�D] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED) 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] � 30 31 32 33 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 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CTTY PROJECT' # 00951 & 00952 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FI�LD [SIT�) CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWN�R-FURNISH�D [oR] OWNER-SUPPLI�DPRODUCTS [NOT US�D] 5 2.2 MATERIALS 6 7 8 9 10 I1 12 A. Cleaning Agents 1, Compatible with surface being cleaned 2. New and uncontaminated 3. FoY• manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSOItIES [NOT US�D] 2.4 SOURC� QUALITY CONTROL [NOT USED] 13 PART 3 - EX�CUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PI2EPARATION [NOT US�D] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORA.TION [NOT US�D] 19 3.6 RE-INSTALLATION [NOT US�D] 20 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3,9 ADJUSTING [NOT USED] 23 24 25 26 27 28 29 30 31 32 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 starm 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 2O07 CRITICAL CAP[TAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 01 74 23 - 3 CLEANING Page 3 of 4 1 2 3 4 5 6 7 8 6. Handle matel•ials 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. $. 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 bui•n on-site. , 9 10 11 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 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 fnish 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 airboi�ne 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 frorn 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 ciear 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 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of h•ash 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty 1, 2011 CITY PROJECT � 00951 & 00952 1 2 3 4 5 6 7 8 9 017423-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control fi•om site. 5. Clean signs, lights, signals, etc. 311 CLOSEOUT ACTIVITI�S [NOT US�D] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANC� [NOT US�D] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE � CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT �{ 00951 & 00952 o� �� i� - � CLOSEOUT REQUIREMENTS Page 1 of 3 1 2 3 PART1- G�NERAL 4 1.1 SUMMARY S�CTION O1 77 19 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessaa•ily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 l. Work associated with this Item is considered subsidia�y to the various Items bid. 15 No separate payment will be allowed for this Item, 16 1.3 REFER�NCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 l9 20 21 22 23 24 25 26 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 iiled with the City. B. Release of Liens or Claims 1. No application for iinal 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 201 I , CITY PROJECT # 00951 & 00952 01 77 19 - 2 CLOSEOU7' IZ�QUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT US�D] 2 1.7 CLOS�OUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EX�CUTION 5 3.1 INSTALLERS [NOT US�D] 6 3.2 �XAMINATION [NOT USED] 7 3.3 P12EPARA.TION [NOT USED] 8 3.4 CLOSEOUT PROC�DUItE 9 A. Prior to requesting Final Inspection, submit: 10 1, Project RecoY•d Documents in accordance with Section O1 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section Ol 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 O1 74 23. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C I�] 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 deiiciencies 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 Conh•actor, 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 fox- the �rst lubrication of the equipment c, Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment Notice of Project Completion CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT tl 00951 & 00952 01 77 l9 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactoiy, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation l. Coordinate with the City Project Representative to complete the following additional fo2ms: a. Final Payment Request b. Statement of Contract Time c. Af�davit 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. Perfor•mance Evaluation of Contractor F. Letter of Final Acceptance 1, Upon review and acceptance af 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 [ox] SITE QUALITY CONTROL [NOT US�D] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACI3MENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DTSTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT' # 00951 & 00952 017823-i OPERATION AND MAINTENANCE DATA Page I of 5 12 13 14 15 16 17 1.2 18 19 20 21 1.3 1 2 fc�. 7�'.�I If �!1 iN`►1 Dl� 11 4 1.1 SUMMARY SECTION O1 '78 23 OPERATION AND MAINTENANCE DATA A. Section Includes: l. Product data and related information appropriate for City's maintenance and operation of products fui•nished under Contract 2. Such products may include, but are not limited to: a. Traf�c Controller•s 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 PRICE AND PAYMENT PROCEDURES 5 6 7 8 9 10 11 A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section O1 33 00 Submittal Procedures, All 28 submittals shall be approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Pormat 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 30 31 32 33 34 35 36 37 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CON3TRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 O 1 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l d. Drawings 1) Pz•ovide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Pcovide fly-leaf fot� 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 l) Identify each volume with typed or• printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate sh•ucture 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 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 2g volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Conri•act Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systerns 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as nnaintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 O17823-3 OPEF2ATlON AND MAIN"I'ENANCE DATA Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5. Copy of each warranty, bond and service contract issued a. Provide infonnation sheet foi• City pei•sonnel giving: 1) P�•oper procedures in event of faihu�e 2) Instances which might affect validity of warranties oi• bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural pi•oducts, applied materials and �inishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Colar and texture designations 3) Information requii•ed 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) Perfoimance 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 2O07 CRITICAL CAPITAL PROJECT, COiTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20ll CITY PROJECT # 00951 & 00952 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 2 3 4 S 6 7 8 9 10 11 12 13 14 ]5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3 4. 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. Othei• data as required u�lder pertinent Sections of Specifications Content, for each electi•ic and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directocies of panelboards 1) �lectrical service 2) Cont�'ols 3) Communications c. As installed color coded wii•ing diagrams d. Opei•ating pi•ocedures 1) Routine and normal operating insh�uctions 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 Speciiications Pl•epare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOS�OUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1, Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 01 78 23 - S OPERATION AND MAINTENANCE DATA Page S of S 1 1.10 DELIV�RY, STORAG�, AND HANDLING [NOT US�D] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT US�D] 5 PART 3- EX�CUTION [NOT US�D] � 7 8 END OI' S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJEC'I' # 00951 & 00952 i 01 78 39 - I PROJECT RECORD DOCUMBNTS Page 1 of 5 1 2 3 PART1- GEN�RAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1.1 SUMMARY SECTION O1 78 39 PROJECT RECORD DOCUMENTS A. Section Includes: 1. Work associated with t11e documenting the project and recording changes to pj•oject documents, including: a. Record Drawings b, Watet• Meter Service Reports c. Sanita�y Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYM�NT PROCEDURES 18 A. Measurement and Payment 19 1, Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 I2EFER�NCES [NOT USED] 22 23 1.4 ADMINISTRATIV� REQUIREMENTS [NOT USED] 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMImTALS/INFO1tMATIONAL SUBMITTALS [NOT USED] 27 28 29 30 31 32 33 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY AS5URANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COttNCIL DISTRICT 2 STANDARD CONSTIZUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC"I' # 00951 & 00952 Oi7839-2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that fiitw�e searcl� for items shown in the Contract 2 Documents may rely reasonably on information obtained from the approved Project 3 Record Documents. 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work, both concealed and 7 visible, to enable future modiiication of the Work to proceed without lengthy and 8 expensive site measurement, investigation and examination. 9 1.10 STORAG� AND HANDLING 10 ll 12 13 14 15 16 l7 18 19 20 21 22 A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and fi•om loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Doeuments. 2. In the event of loss of recorded data, use means necessa�y 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. l.l l I'IELD [SITE] CONDITIONS [NOT USED] 1.12 WARItANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FUT2NISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 ItECORD DOCUMENTS 23 A, Job set 24 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 25 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 26 B, Final Record Documents 27 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 O1 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 5 2 2.3 ACCESSORIES [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT US�D] 3 PART 3 - EX�CUTION 4 3.1 INSTALLERS [NOT USED] 5 0 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 3.2 �XAMINATION [NOT USEll] 3.3 PREPARATION [NOT US�D] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 4 5. 1, Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Pt•eservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new enn�ies 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, uniil sta�•t 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 O1 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrast�•ucture. Making entries on Drawings a. Record any deviations from Conh•act 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 ent�•ies. 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 nnodifications 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. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 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 descs•iptive that it may be related reliably to the Specifications, c. The City may waive the requirements for conversion of schernatic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not i•ely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Dz•awing a full description of changes made during construction, and the actual location of items. c. Call attention to each entiy by drawing a"cloud" around the area or areas affected, d, Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2, Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the 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 fnal 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 ca�•efully transfer the change data to the new copy to the approval of the City, 3.5 It�PAIR / R�STORATION [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 US�D] 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] 40 END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT � 00951 & 00952 01 78 39 - 5 PROJECT RECORD DOCUMENTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 024113-1 SELECTIVE SITE DEMOLITION Page ( of S 1 2 3 PART1- G�N�RAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 SECTION 02 41 13 SELECTNE SITE DEMOLITION A. Section Includes 1. Removing sidewalks and steps. 2, Removing ADA ramps and landings. 3. Removing driveways. 4. Removing fences. 5. Removing guaidt�ail 6. Removing retaining walls (less than 4 feet tall). 7. Removing mailboxes. 8. Removing rip rap, 9. Removing rniscellaneous concrete structures including porches and foundations. 10. Disposal of removed materials. B. Standard Details 1. Paving Removal and Selective Site Dernolition — Removal Pay Limits C. Deviations from City of Fort Worth Standards 1. None D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 31 23 23 - Fill. 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 l. Measurement: a. Remove Sidewalk: measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Driveway: measure by the square foot by type. e. Remove Fence: measure by the linear foot. £ Remove Guardrail: measure by the lineax foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot h. Remove Mailbox: measure by each, i. Remove Rip Rap: measure by the square foot. j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 02 41 13 - 2 SELECTIVE S1TE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 2 disposal, tools, equipment, labor and incidentals needed to execute work, 3 Sidewalk adjacent to or attached to retaining wall (including sidewallc that acts 4 as a wall footing) shall be paid as sidewalk removal. 5 b. Remove Steps; full compensation for saw cutting, removal, hauling, disposal, 6 tools, equipment, labor and incidentals needed to execute work. 7 c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, 8 hauling, disposal, tools, equipment, labor and incidentals needed to execute 9 worl<, Work includes ramp landing removal, 10 d. Remove Driveway: full compensation foi• saw cutting, removal, hauling, 11 disposal, tools, equipment, labor and incidentals needed to remove improved 12 driveway by type, l3 e. Remove Fence: full compensation for removal, hauling, disposal, tools, 14 equipment, labor and incidentals needed to remove fence. 15 f. Remove Guardrail: full compensation for removing materials, loading, hauling, 16 unloading, and storing or disposal; furnishing back�ll material; backfilling the 17 postholes; and equipment, labor, tools, and incidentals. 18 g, Remove Retaining Wall (less than 4 feet tall): full compensation fbr saw 19 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 20 needed to execute work. Sidewalk adjacent to or attached to retaining wall 21 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 22 removal. 23 h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 24 equipment, labor and incidentals needed to execute work. 25 i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, 26 disposal, tools, equipment, labor and incidentals needed to execute work. 27 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 28 removal, hauling, disposal, tools, equipment, labor and incidentals needed to 29 execute work. 30 31 32 33 1.3 REFERENCES A. Definitions 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 ] CITY PROJEC'I' # 00951 & 00952 02 41 13 - 3 SELECTIVE SITE DEMOLITION Page 3 of 5 I 1.4 ADMINISTRATIV� REQUIR�MENTS [NOT US�D] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSiJRANCE [NOT US�D] 7 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 8 l.l l FIELD [SIT�] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT US�D] l0 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISH�D PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Fiil Material: See Section 31 23 23. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 2.3 ACC�SSORIES [NOT USEDJ 2.4 SOURCE QUALITY CONTROL [NOT USEDJ PART 3 - EXECUTION 3.1 INSTALLERS [NOT US�D] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL A. Remove Sidewalk 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. B. Remove Steps l. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. � � ❑� Remove ADA Ramp 1, Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. See 3.4,K. 2. Remove ramp to nearest existing dummy, expansion or construction joint on existing sidewalk. Remove Driveway 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3.4.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 02 41 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 2 4. Remove adjacent sidewallc to nearest existing dummy, expansion or const►•uction 3 joint on existing sidewalk. 4 E. Remove Fence 5 1. Remove all fence components above and below ground and backfill with acceptable 6 �11 material. 7 2. Use caution in removing and salvaging fence materials. 8 3. Salvaged materials may be used to reconstruct fence as approved by City or as 9 shown on plans. 10 4. CONTRACTOR responsible fof• keeping animals (livestock, pets, etc.) within the l 1 fenced areas during construction operation and while i•emoving fences. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 F. Remove Guardrail 1. Remove i•ail elements in original lengths. 2. Remove �ttings fi•om the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts, 5. Furnish backfill material and back�ll the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man, G. Remove Retaining Wall (less than 4 feet tall) 1, Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4,A 2G H. Remove Mailbox 27 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 28 reconstruction. 29 I. Remove Rip Rap 30 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 32 33 34 35 36 37 38 39 40 41 J. Remove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. K. Sawcut l. Sawing Equipment a. Power-driven CITY OF �'ORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 02 41 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 b. Manufactured for the purpose of sawing pavement 2 c. In good operating condition 3 d. Shall not spall or fracture the pavement to the removal ai•ea 4 2. Sawcut perpendicular to the surface completely through existing pavement. 5 3.5 R�PAII2 [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 SITE QUALITY CONTROL [NOT USED] 8 3.8 SYST�M STARTUP [NOT US�D] 9 3.9 ADJUSTING [NOT USED] l0 3.10 CLEANING [NOT USED] i l 3.11 CLOS�OUT ACTNITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CTI'Y OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 024114-I UTILITY REMOVAL/ABANDONMENT Page 1 of 15 � 3 PA.RT 1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 OSECTION 02 41 14 UTII,ITY REMOVAL/ABANDONMENT A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b, Water Lines c. Gate Valves d. Water Valves e, Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h, Concrete Water Vaults i. Sanitary Sewer Lines j, Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes l. Storm Sewer Lines m. Storm Sewer Manhole Risers n. Stonn Sewer Junction Boxes o. Storm Sewer Inlets p, Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 OS 24 — Installation of Carrier Pipe 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 13 — Concrete Pressure Pipe, Bar-wrapped Pipe, Steel Cylinder Type 8. Section 33 11 14 — Buried Steel Pipe and Fittings 9. Section 33 12 25 — Connection to Existing Water Mains 37 1.2 PRICE AND PAYMENT PROCEDURES 38 39 40 A. Utility Lines 1. Abandonment of Utility Line by Grouting a, Measurement CITY OF FORT WORTH 2O07 CRITICAL CAPiTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROCJP 2B Revised July 1, 201 I CITY PROJBCT # 00951 & 00952 0241 1�-2 llT]LITY REMOVAL/ABANDONMENT Page 2 of I S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted, Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work perfortned and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Fu��nishing, placement and compaction of backfll 8) Clean-up 2, Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed, b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include; 1) Removal and dispasal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work pei-formed and materials furnished in accordance with this Item are subsidiaiy to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CTI'Y PROJECT # 00951 & 00952 02 41 14 - 3 UTILITY REMOVAL/ABANDONMENT Page 3 of 15 1 2 3 4 5 6 7 8 9 10 11 12 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuY•ement" shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) �Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 B. Water Lines and Appurtenances 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Itern and measured as provided under "Measurernent" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 o2al ��-a UTILITY REMOVALlABANDONMENT Page 4 of IS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 6) Disposal of excess material 7) Furnishing, placement and compaction of back�ll 8) Clean-up 3, Water Valve Removal a. Measw�ement 1) Measurement for this Item will be per each water valve to be removed. b. Payment l) The work performed and materials furnislled in accordance with this Ttem and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The pi•ice bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of back�ll 8) Clean-up 4. Water Valve Removal and Salvage a, Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b, Payment 1) The work perfor�ned and materials fui�nished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for; a) Various sizes c, The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placernent and compaction of back�ll 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b, Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve CITY OF FORT WORTH 2O07 CRITICAL CAI'1TAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'I' # 00951 & 00952 0241 14-5 UTILITY REMOVAL/ABANDONMENT Page 5 of 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 � 7. 8. 2) CLSM 3) Pavement rernoval 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be i•emoved. b. Payment 1) The work performed and materials furnished in accoi•dance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of back�ll 8) Clean-up Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Va�•ious sizes c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation S) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work pez-formed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' shall be paid for at the unit price bid per each "Salvage Water Sampling Station". CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCLiMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 024114-6 UTILITY R�MOVAL/ABANDONM�NT Page 6 of 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 �� c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials fiirnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju(y 1, 2011 CITY PROJECT # 00951 & 00952 02 41 14 - 7 UTILITY REMOVAUABANDONMENT Page 7 of 15 1 2 3 4 5 6 7 8 9 10 ir 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid foi• at the unit price bid per• each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal S) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction af backfill 9) Clean-up Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. a The price bid shall include: 1) Removal and disposal of junction box 2) Pavement removal 3) Excavation . 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROCIP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 02 41 14 - 8 UTILITY REMOVAL/ABANDONMENT Page 8 of 15 1 2 3 4 5 6 7 8 9 10 11 12 l3 14 IS l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Stoi•m Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials fwnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The pi•ice bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of cast ir•on lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfll 8) Clean-up 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measui�ed as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sto�7n Junction Box" for; a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of bacicfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Sn•ucture" location. c. The price bid shall include: 1) Removal and disposal of junction structure CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT 1� 00951 & 00952 02 41 14 - 9 U"1'ILITY REMOVAL/ABANDONMENT Page 9 of 15 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 ao 41 42 43 44 45 46 47 48 49 �� 0 7 2) Removal, salvage and delivery of cast iron lid to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials fiirnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of back�ll 7) Clean-up Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' shal] be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET) to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove HeadwalUSET". CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT tl 00951 & 00952 oz ai i4 - io UTILITY REMOVAL/ABANDONMENT Page 10 of 15 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 8 c. The price bid shail include: 1) Removal and disposal of I Ieadwall/SET 2) Pavement i•emoval 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up Trench Drain Removal a. Measui•ement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b, Payment 1) The worlc pei•formed and materials fizrnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" foi•: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfll 7) Clean-up 26 1.3 I2�F�I2�NCES [NOT US�D] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 29 30 1. Contact Inspector and the Water Department Field Operation Storage Yard for coordination of salvage material return. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIV�RY, STORAGE, AND HANDLING 37 A, Starage and Handling Requirements 38 1. Protect and salvage all materials such that no damage occurs during deliveiy to the 39 City. A. Coordination CITX OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 02 41 14- 11 UTILITY REMOVAL/ABANDONMENT Page 11 of 15 2 1.11 FI�LD [SITE] CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 5 2.2 MAT�RIALS 6 2.3 ACC�SSORIES [NOT US�D] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - �XECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Water Lines and Appurtenances 1. Watei• Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 1 l. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and back�ll in accordance with Section 33 OS 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug CTI'Y OF FORT WORTH 2O07 CRITTCAL CAPITAL PROJ�CT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 02 41 14-12 UTILITY REMOVAL/ABANDONMENT Page 12 of 15 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 7 8. a. Excavate and backfill in accordance with Section 33 OS 10. b. Plug with CLSM in accordance with Section 03 34 13. 3, Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 OS 10. b. Dewater fi�om existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfll in accordance with Section 33 OS 10. b. Cut existing line fi�om the utility system prior to retnoval. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City, 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13, 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Pz•otect salvaged materials from damage. e, Fill valve body with CLSM in accordance with Section 03 34 13. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stacl< with CLSM in accordance with Section 03 34 13. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Deparlment Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a, Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non-cast iron meter box lid. , 3) Return salvaged material to the Water Department Field Operation Storage Yard, 4) Remove and dispose of ineter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT fl 00951 & 00952 02 41 14 - l3 UTILITY REMOVAL/ABANDONMEN"I' Page l 3 of I S 1 b. Deliver salvaged material to the Water Department Field Operation Storage 2 Yard. 3 11, Concrete Water Vault Removal 4 a. Excavate and backfill in accordance with Section 33 OS 10. 5 b. Remove and salvage vault lid. 6 c. Remove and salvage valves. 7 d, Remove and salvage meters. 8 e. Deliver salvaged material to the Water Department Field Operation Storage 9 Yard. 10 f. Remove and dispose of any piping or other appurtenances. 11 g. Demolish and remove entire concrete vault. 12 h. Dispose of all excess materials. 13 12. Cathodic Test Station Abandonment 14 a. Excavate and backfill in accordance with Section 33 OS 10 15 b. Remove the top 2 feet of the cathodic test station stack and contents. 16 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 17 B. Sanitary Sewer Lines and Appurtenances 18 1, Sanitary Sewer Line Abandonment Plug 19 a. Excavate and backfill in accordance with Section 33 OS 10. 20 b. Remove and dispose of any sewage. 21 c. Plug with CLSM in accordance with Section 03 34 13. 22 2. Sanitary Sewer Line Abandonment by Grouting 23 a. Excavate and backfiil in accordance with Section 33 OS 10. 24 b. Dewater and dispose of any sewage from the existing line to be grouted. 25 c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 26 or CLSM in accordance with 03 34 13. 27 d. Dispose of any excess material. 28 3. Sanitary Sewer Line Removal 29 a. Excavate and backfill in accordance with Section 33 OS 10. 30 b. Cut existing line from the utility system prior to removal. 31 c. Cut any services prior to removal. 32 d. Remove existing pipe line and properly dispose as approved by City. 33 4. Sanitary Sewer Manholes Removal 34 a. Excavate and backfill in accordance with Section 33 OS 10. 35 b. Remove and salvage manhole lid. 36 c. Deliver salvaged material to the Water Department Field Operation Stot•age. 37 d. Demolish and remove entire concrete manhole. 38 e. Cut and plug sewer lines to be abandoned. 39 5. Sanitary Sewer Junction Structure Removal 40 a. Excavate and backfi]i in accordance with Section 33 OS 10. 41 b. Remove and salvage manhole lid. 42 c. Deliver salvaged material to the Water Department Field Operation Storage. 43 d. Demolish and remove entire concrete manhole. 44 e. Cut and plug sewer lines to be abandoned. 45 46 47 C. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and back�ll in accordance with Section 33 OS 10. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 02 41 14 - 14 UTILITY REMOVAL/ABANDONMENT Page 14 of 15 1 2 3 4 5 6 7 8 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 3.5 b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 l3. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 OS 10. b. Dewater the existing Iine to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 OS 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a, Excavate and bacicfill in accordance with Section 33 OS 10. b. Remove existing pipe line and properly dispose as approved by CiTy. 4. Stortn Sewer Manholes Removal a. Excavate and back�ll in accordance with Section 33 OS 10. b. Demolish and remove entire concrete manhole. c. Cut and plug storm sewer lines to be abandoned. 5. Stor•m Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete structure, c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and back�ll in accordance with Section 33 OS 10. b. Demolish and remove entire conci•ete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and back�ll in accordance with Section 33 OS 10, b. Cut existing line fi•om the utility system prior to removal. c. Cut any seivices prior to removal, d. Remove existing pipe line and properly dispose as approved by City, 8. Headwall/SET Removal a, Excavate and backfill in accordance with Section 33 OS 10. b. Demolish and remove entire concrete inlet. c, Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 OS 10. b, Remove existing pipe line and dispose as approved by City. REPAIR / ItESTORATION [NOT USED] 37 3.6 I2E-INSTALLATION [NOT USED] 38 3.7 FIELD (o�] SITE QUALITY CONTROL 39 3.8 SYSTEM STARTUP [NOT USED] 40 3.9 ADJUSTING [NOT USED] 41 42 43 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 02 41 14 - IS UTILITY REMOVAL/ABANDONMENT Page I S of 15 1 3.13 MAINTENANCE [NOT USED) 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 oa�>>s-i PAVING REMOVAL Page 1 of 6 1 2 3 PARTl- G�NERAL 4 1.1 SUMMARY SECTION 02 41 15 PAVING REMOVAL 5 A. Section Includes 6 1. Removing concrete paving, asphalt paving and brick paving. 7 2. Removing concrete curb and gutter. 8 3. Removing concrete valley gutter. 9 4. Milling roadway paving. 10 5. Pulvei•ization of existing pavement. 11 6. Disposal of i•emoved materials. 12 13 14 15 16 17 18 B. Deviations from City of Fort Worth Standards 1. None C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements 3. Section 32 11 33 - Cement Treated Base Course 19 1.2 PRIC� AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment l. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard £ Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization; measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving; fiill compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 024115-2 PAVING REMOVAL Page 2 of 6 1 d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, 2 hauling, disposal, tools, equipment, labor and incidentals needed to execute 3 work. 4 e. 5 6 7 f. 8 9 10 g. 11 12 13 la 15 16 17 18 19 20 21 22 23 24 25 26 27 h. i� '� Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work, Surface Milling: full compensation for all milliaig, hauling milled material to salvage stocicpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the worlc. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material, Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. 28 1.3 ItEFERENC�S 29 A. ASTM International (ASTM): 30 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 31 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CPI'Y PROJECT # 00951 & 00952 02 41 15 - 3 PAVING REMOVAL Page 3 of 6 1 1.4 ADMINISTRATNE REQUIREMENTS [NOT US�D� 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 5 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANC� [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDJ 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WAIZRANTY [NOT US�D] 10 11 12 13 14 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 �QUIPMENT [NOT U5EDJ 2.3 ACCESSORIES [NOT US�DJ 2.4 SOURCE QUALITY C4NTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 EXAMINATION [NOT USEDJ 17 3.2 INSTALLERS [NOT US�D) 18 3.3 PI2EPARATION 19 A. General: 20 1. Mark paving removal limits for City approval prior to beginning removal. 21 2, Identify known utilities below grade - Stake and flag locations. 22 3.4 PAVEMENT REMOVAL 23 A. General. 24 l. Exercise caution to minimize damage to underground utilities. 25 2. Minimize amount of earth i•ernoved, 26 3. Remove paving to neatly sawed joints. 27 4. Use care to prevent fracturing adjacent, existing pavement. 28 29 30 31 32 33 34 35 36 B. Sawing 1. Sawing Equipment. a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 02 41 15 - 4 PAVING REMOVAL Page 4 of 6 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge oi• lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the puipose of removing the damaged area. C, Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.B. 2, Remove concrete to the nearest expansion joint or vertical saw cut. D. Remove Concrete Curb and Gutter 1, Sawcut: See 3.4.B, 2, Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1, Sawcut: See 3.4.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General: a. Mill surfaces to the depth shown in the plans or as directed. b, Do not damage or disiigure adjacent work or existing surface improvements. c, If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges, e, Remove excess material and clean milled surfaces. £ Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2, Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a iive-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a h•uck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g, Equipped to minimize air pollution. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CTTY PROJECT # 00951 & 00952 024115-5 PAVING RF,MOVAL Page 5 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface MiII existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface fi•ee fi•om gouges, ridges, oil �ilm, and other imperfections of workmanship with a uniform textured appearance. d. In all situations where the existing H.M.A.C, surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated, c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the CiTy for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuiTy of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a ternporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 33 1. Remove masonry paving units to the limits specified in the plans or as directed by 34 the City. 35 2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile 36 yard at 3300 Yuma Street or as directed. 37 38 39 40 41 42 43 44 45 46 47 H. Pavement Pulverization 1. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 3.5% Portland cement. b. See Section 32 11 33. 3. Mixing; see Section 32 11 33. 4. Compaction: see Section 32 11 33. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 024115-6 PAVING REMOVAL Page 6 of 6 1 5. Finishing: see Section 32 11 33. 2 6. Curing: see Section 32 11 33. 3 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 4 stone/gravel: 5 a, Undercut not required 6 b. Pulverize 10 inches deep. 7 c. Remove 2-inch the total pulverized amaunt. 8 I. Remove speed cushion 9 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 10 pavement. 11 3.5 REPAIR [NOT US�D] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 I'I�LD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CL�ANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROT�CTION [NOT USED] 19 3.13 MAINTENANCE [NOT US�D] 20 3.14 ATTACHMENTS [NOT USEDJ 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 033000-I CAST-IN-PLACE CONCRETE Page 1 of 25 1 2 3 4 PART1- GENERAL 5 l.l SUMMARY 6 7 8 9 l0 11 12 13 14 15 16 17 S�CTION 03 30 00 CAST-IN-PLACE CONCRETE A. Section Includes: 1. Cast-iv place concrete, including formwork, reinforcement, concrete materials, mixture design, placement pf•ocedures and finishes, for the foliowing: a. Piers b. Footings c. Slabs-on-grade d. Foundation walls e. Retaining walls £ Suspended slabs g. Blocking B. Deviations from this City of Fort Worth Standard Speci�cation 1. None. 18 C. Related Speciiication Sections include, but are not necessarily limited to: 19 1. Division 0— Bidding Requirements, Contract Fornis and Conditions of the Contract 20 2. Division 1— General Requirements 21 1.2 PRICE AND PAYMENT PROC�DURES 22 A. Measurement and Payment 23 1. Measurement 24 a. This Item is considered subsidiary to the structure or Items being placed. 25 2. Payment 26 a. The work perfor�ned and the materials furnished in accordance with this Item 27 are subsidiary to the sh•ucture or Items being placed and no other compensation 28 will be allowed. 29 1.3 R�FERENCES 30 31 32 33 34 35 36 37 38 A. Definitions l. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast-furnace slag 5) Silica fume b. Subject to compliance with the requirements of this specification CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 25 1 B. Reference Standards 2 1. Reference standards cited in this Specification refer to the ciirrent reference 3 standard published at the time of the latest revision date logged at the end of this 4 Specification, unless a date is specifically cited. 5 2. American Association of State Highway and Transportation (AASHTO): G a, M182, Burlap Cloth Made from Jute or Kenaf. 7 3. American Concrete Institute (ACI): 8 a, ACI 117 Speciiication for Tolerances for Concrete Construction and Materials 9 b. AC1301 Specifications for Structural Concrete 10 c. ACI 305.1 Speci�cation for Hot Weather Concreting 11 d. ACI 306.1 Standar•d Specification for Cold Weather Concreting 12 e, ACI 308.1 Standard Speci�cation for Curing Concrete 13 f. ACI 318 Building Code Rec�uirements for St�•uctu��al Concrete 14 g. ACI 347 Guide to Formworl< for Concrete IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4, American Institute of Steel Covst�•uction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Speci�cation for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. c. A193, Standard Speci�cation 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 Bais for Concrete Reinforcement. e. A706, Standard Specification for Low-Alloy Steel Defoi•med and Plain Bars for Concrete Reinforcement. £ C31, Standard Pi•actice foz• 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. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 1. C143, Standard Test Method for Slump of Hydraulio-Cement Concrete, m. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C23 l, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. r. C260, Standard Speciiication for Air-Entraining Admixtures for Concrete. s. C309, Standard Speci�cation for Liquid Membrane-Forming Compounds for Curing Concrete. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20ll CITY PROJECT # 00951 & 00952 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 25 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 t. C494, Standard Speci�cation 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 fo�� 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. C1059, 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 Fr Floor Flatness and FL Fioor Levelness Numbers. cc. F436, Standard Specification foi• Hardened Steel Washers. 6. American Welding Society (AWS). a. D1.1, Structural Welding Code - Steel, b. D1.4, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Work Included �a 3. 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete inciuding shoring, reshoring, falsework, bracing, proprietary forming systems, prefabi•icated 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, 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. Furnish all labor and materials required to perform the following: a. Cast-in-place concrete b. Concrete mix designs c. Grouting 41 1.5 SUBMITTALS 42 A. Submittals shall be in accordance with Section Ol 33 00. 43 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 44 fabrication for specials. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECI', COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 033000-4 CAST-IN-PLACE CONCRE"CE Page 4 of 25 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 3 4 5 6 7 8 9 10 11 12 13 14 A, Product Data 1. Required for each type of product indicated B, Design Mixtures 1. For each concrete mixhue submit proposed miY designs in accordance with ACI 318, chapter 5. 2. Submit each proposed mia design with a record of past performance. 3. Submit alternate design mixtures when cl�aracteristics of materials, Project condi- tious, weathez•, test results or otlier circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Project site. a. Include this quantity on deliveiy ticket. C. Steel Reinforcement Submittals for Llformation l. Mill test certiiicates of supplied conerete reinforcing, indicating physical and chem- ical analysis. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT US�D] 17 1.9 QUALITY ASSUI2ANCE 18 A. Manufacturer Qualifications 19 l. A�rm experienced in manufacturing ready-mixed concrete products and that com- 20 plies with ASTM C94 reguirements for production facilities and equipment 21 2. Manufacturet• certiiied according to NRMCA's "Certi�cation of Ready Mixed 22 Concrete Production Facilities" 23 B. Source Limitations 24 1. Obtain each type or class of cementitious material of the same brand from the same 25 manufacturer's plant, obtain aggregate fi•om 1 source and obtain admixtures through 26 1 source from a single manufacturer. 27 C. ACI Publications 28 l. Comply with the following unless modi�ed by requirements in the Contract Docu- 29 ments: 30 a. ACI 301 Sections 1 tllrough 5 31 b. ACI 117 32 D. Concrete Testing Service 33 1. Engage a qualified independent testing agency to perform material evaluation tests. 34 1.10 DELIVERY, STORAGE, AND HANDLING 35 A. Steel Reinforcement 36 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 37 2. Avoid damaging coatings on steel reinforcement. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 B. Waterstops 2 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 3 contaminants. 4 1.11 FIELD CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT US�D] 6 PART 2 - PRODUCTS 7 2.1 OWNER-FURNISH�D OR OWN�R-SUPPLIED PRODUCTS [NOT USED] 8 2.2 PRODUCT TYPES AND MATERIALS 9 10 li 12 13 14 15 16 17 A. Manufacturet•s 1. In other Part 2 articles where titles below introduce lists, the following requiremeuts 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 speciiied. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Worlc include, but are not limited to, manufacturers specified. 18 B. Form-Facing Materials 19 1. Rough-Formed Finished Concrete 20 a. Plywood, lumber, metal or another approved material 21 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 2, Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3�4-ITICh X 3�4�iTICh, 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 a. Factory-fabricated, removable or snap-off inetal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 033000-( CAST-IN-PLACE CONCRE'CG Page 6 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14, 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 d, Furnish ties with integral water-barrier plates to walls indicated to receive dampproo�ng or wateiproofing. C. Steel Reinforcement l. Reinforcing Ba��s a, ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1, Smooth Dowel Bars a. ASTM A61 S, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and fi•ee of bm�rs. 2. Bar Suppoi-ts a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening i•einforcing bars and welded wire reinforcement in place b. Manufacture bar supports fi•om steel wire, plastic or precast concrete according to CRSPs "Manual of Standard Practice," of greater compressive st�•ength than concrete and as follows; 1) For concrete surfaces exposed to view where legs of wire bar supports contact for•ms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2) For slabs-on-grade, provide sand plates, liorizontal 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 l. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full-fusion process, as fui•nished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corparation, Tulsa, Oklahoma b. Kwilc Bolt II, Hilti Fastening Systems, Tulsa, Oldahoma a 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 liardened concrete or grout-filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions, b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products � a, Hilti HIT HY 150 Max b. Simpson Acrylic-Tie c. Powers Fasteners AC 100+ Gold CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju(y 1, 2011 CITY PROJECT tl 00951 & 00952 03 30 00 - 7 CAST-IN-PLACE CONCRETE Page � of 25 1 2 3 4 5 6 7 8 9 l0 il 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 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 A 153, 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 t�•ansfer 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 fo1•ces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/a-inch bolt size, unless otherwise indicated. I, Concrete Materials Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Por-tland Cement a) ASTM C150, Type UII, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast-Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C 1240, amorphous silica 3) Normal-Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse-Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures 1. Air-Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 033000-8 CAST-IN-PLAC� CONCRETE Page 8 of 25 1 2 3 4 5 6 7 8 9 10 11 l2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 a Water-Reducing Admixture 1) ASTM C494, Type A d. Retarding AdmiYture 1) ASTM C494, Type B e, Water-Reducing and Retarding Admixture 1) ASTM C494, Type D f. High-Range, Water-Reducing Admi�ture 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 C1017, Type II K. Waterstops l. Self-Expanding Butyl Strip Waterstops a, Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite oa• 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) Greenstt�eak; Swellstop 4) Henry Company, Sealants Division; Hydro-FIeY 5) 1P Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials l. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture-Reiaining Cover a. ASTM Cl�l, polyethylene film or white burlap-polyethylene sheet 3. Water a, Potable 4. Clear, Waterborne, Membrane-Forming Curing Compound a. ASTM C309, Type l, Class B, dissipating b, Available Products 1) Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe-Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc,, a Dayton Superior Company; W,B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thiniilm 420 8) Lambert Corporation; Aqua Kure-Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' # 00951 & 00952 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Horncure WB 30 14) Unitea; Hydr•o Cure 309 15) US Mix Products Company; US Spec Ivla,ccure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials 1. Bonding Agent a. ASTM C1059, Type II, non-redispersible, acrylic emulsion oi• styrene butadiene 2. Epoay Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non-load bearing 2) N and V, load bearing, for bonding 3) Hardened or freshly inixed concrete to hardened concrete 19 3. Reglets 20 a. Fabricate reglets of not less than 0.021'1-inch thick, galvanized steel sheet 2l b. Temporarily �11 or cover face opening of reglet to prevent inh�usion of concrete 22 or debris. 23 4. Sleeves and Blockouts 24 a. Forzned with galvanized metal, galvanized pipe, polyvinyl chloride pipe, �ber 25 tubes or wood 26 27 28 29 30 31 32 33 34 35 36 3'� 38 39 40 41 42 43 44 45 46 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement-based, polymer-modi�ed, 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. � e. Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application Aggegate 1) Well-g�aded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT' # 00951 & 00952 03 30 00 - l0 CAST-iN-PLACE CONCRETG Page I 0 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 za 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Repair Overlayment a. Cement-based, polymer-modified, self-leveiing product that can be applied in thicknesses of 1/8 inch or gi•eater 1) Do not feather. b. Cement Bindei• 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as de�ned in ASTM C219 c � e Primer 1) Product of topping manufacturer recommended for• substrate, conditions, and application Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General 1. Prepare design mixtw•es for each type and strength of concrete, proportioned on the basis of laboi•atoty trial mixture or field test data, or both, according to ACI 301. a. Required avei�age stt�ength above specified strength 1) Based on a record of past perfoi•mance a) Determination of required average strength above speci�ed strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the laxger amount deiined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratoiy trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specifed strength fc by tlae aznount defined in table 5.3.2.2. 3) Propoi•tions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete suppliez•, 4) For each proposed mixttu�e, at least 3 compressive test cylinders shall be made and tested for strength at the speciized age. a) Additional cylinders may be made for testing fo�• information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 3) � Ground Granulated Blast-Fur•nace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash oY• pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 03 30 00 - 11 CAST-IN-PLACE CONCRETE Page I 1 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 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 pei�cent with fly ash or pozzolans not exceeding 25 pei•cent and silica fiime not exceeding 10 percent 3. Liznit water-soluble, chloride-ion content in hardened concrete to 0.06 percent by weight of cement. 4. Admixtures a. Use admiatures according to manufacturer's written instr�uctions, 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 sh•ucture slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below O.SO. £ Use corrosion-inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1 2. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls Proportion normal-weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Q. Pabz•icating Reinforcement 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Pt•actice." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding sliall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 201 I CITY PROJECT # 00951 & 00952 03 30 00 - 12 CAST-IN-PLACE CONCRLTE Page 12 of'25 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 l. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenl�eit, reduce mixing and delivery time fro�n 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 2. Project-Site Mixing: Measure, batch, and mix concrete materials and conerete according to ASTM C94/C94M. Mix cot�crete materials in appropriate drum-type batch machine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. c. Provide batch ticket for each batch discharged and used in the Worlc, i��dicating Project identification name and number, date, mixture type, miature time, quantity, and amount of water added, Record approximate location of final deposit in structure. 19 2.3 ACCESSORIES [NOT US�D] 20 2.4 SOURC� QUALITY CONTROL [NOT US�D] 21 PART 3 - EXECUTION 22 3.1 INSTALL�RS [NOT US�D] 23 3.2 EXA,MINATION [NOT US�D] 24 3.3 PIt�PARA.TION [NOT USED] 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 S. Concrete Mixing 3.4 INSTALLATION A. Formworlc 1 2. Design, erect, shore, brace, and maintain formworlc, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. Construct formwork so concrete inembers 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 conn•ol 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 tirnes the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 03 30 00- 13 CAST-IN-PLACE CONCRETE Page 13 of 25 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 l7 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 c3 4. 5. b c. � e, Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches oi• smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and wealcened plane embedments in slabs - 3/4 inch. 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. 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. 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) Speciized width 2 inches or less - 1/8 inch. b} Speciiied width �etween 2 inches and 12 inches � 1/� inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. Limit concrete surface in•egularities, designated by ACI 347R as abrupt or gradual, as follows: a, Class B, 1/4 inch fot• smooth-formed �nished surfaces. b. Class C, 1/2 inch for rough-formed finished surfaces. Construct forms tight enough to prevent loss of concrete mortar. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces, Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust-stained steel form-facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces, Provide and secure units to support screed strips; use strike-off templates or cornpacting-type screeds. 7. Construct formwork to cambers shown or speci�ed on the Drawings to allow for structural deflection of the hardened conc�ete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CtTY PROJECT # 00951 & 00952 03 30 00- 14 CAST-IN-PLACE CONCRETG Page 14 of 25 1 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 2 caps, walls, and columns straight and to the lines and grades specified. Do no earth 3 form foundation elements unless specifically indicated on the Drawings. 4 9. Provide temporary openings for cleanouts and inspection ports where interior area 5 of formwork is inaccessible. Close openings with panels tightly fitted to foi•ms and 6 securely braced to prevent loss of concrete mortar. Locate tempora�y openings in 7 forms at inconspicuous locations. 8 10. Chamfer extej•ior corners and edges of permanent)y exposed concrete. 9 11. For•m openings, chases, offsets, sinlcages, keyways, reglets, blocking, screeds, and 10 bullcheads required in the Woi'k. Determine sizes and locations from tr•acles 11 providing such items. 12 12. Clean forms and adjacent surfaces to r•eceive concrete. Remove cl�ips, wood, 13 sawdust, dirt, and other debris just before placing concrete. 14 15 16 17 18 19 20 21 22 23 13. Retighten fot•ms and bracing before placing concrete, as required, to prevent moi'tar leaks and maintain proper alignment. 14. Coat contact surfaces of forms with form-1•elease agent, according to manufacturer's written instructions, before placing reinforcement, anchoring devices, and embedded items. a, Do not apply form release agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soalc contact surfaces of untreated forms with clean water, I{eep surfaces wet prior to placing concrete. B. �mbedded Items 24 l. Plaee and secure a��choi•age devices and other embedded items i•equired for 25 adjoining work that is attached to or supported by cast-in-place concrete. Use 26 setting drawings, templates, diagrams, instructions, and directions furuished with 27 items to be embedded. 28 a. Install anchor rods, accurately located, to elevations required and complying 29 with tolerances in AISC 303, Section 7.5. 30 1) Spacing within a bolt group: 1/8 inch 31 2) Location of bolt group (center): '/z inch 32 3) Rotation of bolt gr•oup: 5 degrees 33 4) Angle off vertical: 5 degrees 34 5) Bolt projection; � 3/8 inch 35 b, Install reglets to receive waterproofing and to receive through-wall flashings in 36 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 37 shelf angles, and other conditions, 38 39 40 C. Removing and Reusing Forms Do not backfill prior to concrete attaining 75 percent of its 28-day design compressive strength. 41 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 42 Work that does not support weight o£ concrete may be removed after cumulatively 43 curing at not less than 50 degrees Fahi•enheit for 24 hours after placing concrete, if 44 conerete is hard enough to not be damaged by form-removal operations and curing 45 and protection operations are maintained. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 03 30 00 - l S CAS"i'-IN-PLACE CONCRETE Page I S of 2S 1 a. Leave formwork for beam soffts, joists, slabs, and other structural elements 2 that suppoi�ts weight of concr•ete in place until concrete has achieved at least 70 3 percent of its 28-day design compressive stt•ength. 4 b. Do not remove formwork supporting conventionally reinforced concrete until 5 concrete has attained 70 percent of its specified 28 day compressive strength as 6 established by tests of �eld cured cylinders. In the absence of cylindei• tests, 7 suppoiting formwork shall remain in place until the concrete has cured at a 8 temperature of at least 50 degrees Fahrenheit far the minimum cumulative time 9 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 10 surrounding air• temperature is below 50 degrees Fahrenheit, to the minimum 11 listed time period. Formworlc for 2-way conventionally reinforced slabs shall 12 remain in place for at least the minimum cumulative time periods specified for 13 1-way slabs of the same maximum span. 14 c, Immediately reshore 2-way conventionally reinforced slabs after formwork 15 removal. Reshores shall remain until the concrete has attained the specified 28 16 day compressive strength. 17 d. Minimum cumulative curing times may be reduced by the use of high-early 18 strength cement or forming systems which allow foi�rn removal without 19 disturbing shores, but only after the Contractor has demonstrated to the 20 satisfaction of the Engineer that the early removai of forms will not cause 21 excessive sag, distortion oi• dannage to the concrete elements. 22 e. Completely remove wood forins. Provide temporary openings if required. 23 f. Provide adequate methods of curing and thermal protection of exposed concrete 24 if forms are removed prior to completion of specified curing time. 25 g. Reshore areas required to support construction loads in excess of 20 pounds per 26 square foot to properly distribute consh•uction loading. Construction loads up 27 to the rated live load capacity may be placed on unshored construction provided 28 the concrete has attained ihe specified 28 day compressive strength. 29 h. Obtaining concrete compressive strength tests for the purposes of form removal 30 is the responsibility of the Contractor. 31 i. Remove forms only if shores have been arranged to permit removal of foi7ns 32 without loosening or disturbing shores. 33 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 34 delaminated, or otherwise damaged form-facing material will not be acceptable for 35 exposed surfaces, Apply new form-release agent. 36 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 37 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 38 exposed concrete surfaces unless approved by Engineer. 39 40 D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring, 41 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 42 and resho�•ing. 43 a. Do not remove shoring or reshoring until measurement of slab tolerances is 44 complete. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B �Revised July 1, 2011 CITY PROJECT # 00951 & 00952 03 30 00 - I 6 CAST-IN-YLACE CONCRETE Page 16 of 25 1 2 3 4 5 G 7 8 9 l0 11 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 3. Plan sequence of removal of shores aud reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. 2. General: Comply witli CRSPs "Manual of Standai•d Practice" for placing reinforcement. a. Do not cut or puncture vapor retardei•. Repair damage and i•eseal vapor retarder before placing concrete. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinfoi•cing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installatiou tolerances a. Top and bottom bars in slabs, girdei•s, beams and joists: 1) Members 8 inches deep or less: �3/8 inch 2) Members more than 8 inches deep: �1/2 inch b. Concrete Cover to Formed or Finished Surfaces: �3/8 inches for members 8 inches deep or less; �1/2 inches for membe�s over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5, Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinfot�cing in forxned beams, columns and girders; 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends, Cornply with ACI 318 for minimum lap of spliced bars where not specifed on the documents. Do not lap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General; Construct joints true to line with faces perpendicular to stu�ace plane of concrete. 2. Construction Joints; Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 03 30 00 - 17 CAST-IN-PLACE CONCRE"CE Page 17 of 25 1 2 3 4 5 6 7 8 9 10 11 12 c, Locate joints for beams, slabs, joists, and gir•ders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walis, near corners, and in concealed locations whei•e possible. f. Use a bonding agent at locations wher•e fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joiilt. 13 G. Waterstops 14 1. Flexible Waterstops; Install in construction joints and at other joints indicated to 15 form a continuous diaphragm. Install in longest lengths practicable. Support and 16 protect exposed waterstops during progress of the Worlc. Field fabricate joitrts in 17 waterstops according to manufacturer's written instructions. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 2. Self-Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and �rmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1 2. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcemei�t, and embedded items is complete and that required inspections have been performed. 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a, Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 03 30 00-18 CAS"I'-[N-PLACE CONC[ZETE Page 18 of 2S 1 b. Consolidate piaced concrete with mecl�anical vibrating eqiiipment according to 2 ACI 301. 3 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 4 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 5 layer and at least 6 inches into preceding layer. Do not insert vibratars into 6 lower layeis of concl•ete that have begun to lose plasticity. At each insertion, � limit dw�ation of vibration to time necessaiy to consolidate concrete and g complete embedment of reinfoT•cement and other embedded items wiihout 9 causing mixture constituents to segregate. 10 d. Do not permit concrete to drop fi•eely any distance greatei• than 10 feet foi• 11 concrete containing a high range water reducing admixture (superplasticizer) or 12 5 feet for other concr•ete. Provide chute or tremie to place concrete where longer 13 di•ops are necessary. Do not place concrete into excavations with standing 14 water. If place of deposit cannot be pumped dry, pour concr�ete through a h�emie 15 with its outlet near tl�e bottom of the place of deposit. 16 e. Discard pump priming grout and do not use in the structure. 17 5. Deposit and consolidate concrete for iloors and slabs in a continuous operation, 1g within liinits of construction joints, until placement of a panel or section is ] 9 complete. 2p a. Consolidate concrete dtu�ing placement operations so concrete is thoroughly 21 worked ai•ound reinforceinent and other embedded items and into cornei•s. 22 b. Maintain r•einforcement in position on chairs during concrete placernent. 23 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 24 d. Siope surfaces uniformly to drains where �•equired. 25 e. Begin initial floating using bull floats or darbies to form a uniform and open- 26 textured surface plane, befare excess bleedwater appears on the surface. Do not 27 further disturb slab surfaces before starting finishing operations. 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 6. Co1d�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, fi•eezing 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 requii�ed by ACI 301. b. Do not use fi•ozen materials or materials containing ice or snow. .Do not place concrete on frozen subgrade or on subgrade containing fi•ozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows; a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement, Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Usin� liquid nitrogen to cool concrete is Contractor's option, b. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete, Keep subgrade uniformly moist without standing water, soft spots, or dzy areas. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised luly 1, 2011 CITY PROJECT # 00951 & 00952 03 30 00 - 19 CAST-IN-PLACE CONCRETE Page 19 of 25 J, Finishing Formed Surfaces 1. Rough-Formed Finish: As-cast concrete texture imparted by foim-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregulai•ities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similai• unformed surfaces adjacent to formed sui-faces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 2 3 4 5 6 7 8 9 10 K. Miscellaneous Concrete Items 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1. 2. 3. L� Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide othet• miscellaneous concrete filling indicated or required to complete the Work. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. Equip�nent Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts far securing mechanical or electrical equipment during pouring of concrete fill. Protective slabs ("Mud slabs"); Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete fi•om premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 305.1 for hot-weather protection during curing. 2. Formed Surfaces: Cure for�ned concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If fonns remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 29 30 31 32 33 34 35 36 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep su��faces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water-fog spray 37 38 39 40 41 42 43 44 45 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT' # 00951 & 00952 03 30 00 - 20 CAS"I'-IN-PLACE CONCRETE Page 20 of 25 1 3) Absorptive cover, water• saturated, and Icept continuously wet. Cover 2 concrete surfaces and edges with 12-inch lap over adjacent absorptive 3 covers 4 b. Moisture-Retaining-Covei• Curing: Covet• concl•ete surfaces with moisture- 5 retaining cover for curing concrete, placed in widest practicable width, with 6 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 7 adhesive. Cm�e for not less than 7 days. Immediately repair any holes or teats 8 during cui•ing pei-iod Lising cover material and watet•proof tape. 9 1) Moisture cu��e or use moisnue-retaining covers to cure concrete surfaces to 10 receive floor coverings. 11 2) Moisture cw•e or use moisturea•etaining coveis to cure concrete surfaces to 12 receive penetrating liquid floor treatments, 13 3) Cure concrete surfaces to receive floor coverings with either a moisture- 14 retaining cover or a curing compound that the manufacturer ceY�tiiies will 15 not interfere with bonding of floo�• covering used on Project. 16 c, Curing Compound: Apply unifoi-mly in continuous operation by power spray 17 or rollet• according to manufacturer's written instructions. Recoat areas 1 g subjected to lieavy r•ainfall within 3 hours after• initial application. Maintain 19 continuity of coating and i•epair damage during curing period. 20 3.5 It�PAIR 21 A. Concrete Surface Repairs 22 23 24 Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 25 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 26 cement to 2-1/2 parts fine aggregate passing a No, 16 sieve, using only enough 27 water for handling and placing. 28 3. Repairing Formed Surfaces: Surface defects include color and texture 29 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, �ns and other 30 projections on the surface, and stains and other discolorations that cannot be 31 removed by cleaning, 32 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 33 more tl�an 1/2 inch in any dimension in solid concrete, but not less than 1 inch 34 in depth. Make edges of cuts perpendicular to concrete surfaee. Clean, dampen 35 with water, and brush-coat holes and voids with bonding agent. Fill and 36 compact with patching mortar before bonding agent has dried. Fill form-tie 37 voids with patching mortar or cone plugs secured in place with bonding agent. 38 b. Repair defects on surfaces exposed to view by blending white portland cement 39 and standard portland cement so that, when dry, patching mortar wil] match 40 sun•ounding color. Patcli a test area at inconspicuous locations to verify 41 mixture and color match before proceeding with patching. Compact inortar in 42 place and strike off slightly higher than surrounding surface. 43 c. Repair defects on concealed foi•med surfaces that affect concz•ete's durability 44 and structural performance as determined by Engineer. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 03 30 00-21 CAST-[IV-PLACE CONCRETE Page 21 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS l6 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each sur�face. 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, i•ock pockets, crazing and cracks in excess of 0.01 inch wide oi• that penetr•ate to reinforcement or• completely through unreinforced sections i•egai•dless of width, and other objectionable conditions. b, After concrete has cured at least 14 days, corr•ect high areas by gi•inding. c. Correct localized low areas duY•ing or immediately after completing suT•face finishing operations by cutting out low areas and replacing with patcliing 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 eoncrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent conerete. 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 concY•ete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patehing mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent conerete. 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. 31 3.6 RE-INSTALLATION [NOT US�D] 32 3.7 FIELD QUALITY CONTROL 33 34 35 36 37 38 39 A. Testing and Inspecting: City will engage a special inspector and c�ualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4, Concrete placement, including conveying and depositing 40 5. Curing procedures and maintenance of curing temperature 41 6, Verification of concrete strength before removal of shores and forms from beams 42 and slabs CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Jnly l, 2011 CITY PROJECT # 00951 & 00952 03 30 00 - 22 CAST-IN-PLACE CONCRETE Page 22 of 25 1 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 2 according to ASTM C172 according to the followiug i•equirements: 3 L Testing Frequeucy: Obtain 1 composite sample for each day's pour of each 4 conci•ete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 5 each additional 50 cubic yard or fraction thereof. 6 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 7 not less than 1 test for each day's pour of each concrete mixture. Pe��form additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231, pi•essui•e method, for normal-weight concrete; 1 test for 10 each composite sample, but not less than 1 test for each day's pour of each concrete m mixtut•e. 12 4. Concrete Temperature; ASTM C1064; 1 test hourly when air temperature is 40 13 degrees Falli•enheit and below and when 80 degrees Fahrenheit and above, and 1 14 test for each composite sample. 15 5. Compression Test Specimens: ASTM C31, I6 a. Cast and laboratoiy cure 4 cylinders for each composite sample. 17 1) Do not transport field cast cylinders until they have cured for a 1 g minimunl of 24 hours. 19 6. Compressive-Strength Tests: ASTM C39; 20 a. Test 1 cylinder at 7 days. 21 b. Test 2 cylinders at 28 days. 22 c. Hold 1 cylinder for testing at 56 days as needed. 23 24 25 26 27 28 29 7. When strength of field-cured cylinders is less than 85 pereent of eompanion laboratory-cured cylinders, evaluate operations and provide corrective procedures for protecting and curing in-place conct�ete. 8. Strength of each concrete mixture will be satisfactory if every average of any 3 consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. 30 9. Report test results in writing to Engineer, concrete manufacturer, and Conn•actor 31 within 48 hours of testing. Reports of compressive-strength tests shall contain 32 Project identification name and number, date of concrete placement, name of 33 conerete testing and inspecting agency, location of concrete batch in Work, design 34 compressive strength at 28 days, conerete mixture proportions and materials, 35 compressive breaking strength, and type of break for both 7- and 2&day tests, 36 10. Additional Tests: Testing and inspecting agency shall make additional tests of 37 cancrete when test results indicate that slump, air entrainment, compressive 38 strengths, or other requirements have not been met, as directed by Engineer. 39 Testing and inspecting agency may conduct tests to determine adequacy of concrete 40 by cored cylinders complying with ASTM C42 or by other methods as directed by 41 Engineer. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANbARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 03 30 00 - 23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 a. When the strength level of the concrete for any portion of the structw�e; as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjust�nents to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 p1•ocedure set forth in ACI 301, Chaptet� 17. Locations of core tests shall be 7 approved by the Engineer. Core sampiing and testing shall be at Contractors 8 expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered 11 by the Engineer shall be provided by the Contractor without cost to the City, 12 11. Additional testing and inspectiug, at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work witli specified requirements. 14 12. Correct deficiencies in tl�e Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 17 18 D. Measure floor and slab flahiess and levelness according to ASTM El 155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances 19 l. All floors az•e subject to measurement for flatness and levelness and comply with 20 the following: 21 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 22 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 23 both directions, lapping straightedge 3 feet on areas previously checked, Low 24 spots shall not exceed the above dimension anywhere along the straightedge. 25 Flatness shall be checked the next work day after �nishing. 26 b. Slabs shall be level within a tolerance of t 1/4 inch in 10 feet, not to exceed 3/4 27 inches total variation, anywhere on the floor, from elevations indicated on the 28 Drawings. Levelness shall be checiced on a 10 foot grid using a level after 29 removal of forms. 30 c. Measurement Standard: All floors are subject to measurement far flatness and 31 levelness, according to ASTM E1155. 32 33 34 35 36 37 38 39 40 2. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. 1) Minimum Local Value: The minimum local FF/FL values repz•esent the ab- solute minimum surface profile that will be acceptable for any 1 test sample (line of ineasurements) anywhere within the test area. 2) Specified Overall Value: The specified overall PF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. 41 3. Floor Test Sections 42 a. A floor test section is defined as the smaller of the following areas: 43 1) The area bounded by column and/or wall lines 44 2) The area bounded by construction and/or control joint lines 45 3) Any combination of column lines and/or control joint lines CITY OF PORT WORTH 2O07 CRITICAL CAPiTAL PROJECT, COUNCIL DISTFZICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju(y 1, 2011 CITY PROJECT # 00951 & 00952 03 30 00 - 24 CAST-IN-PLACE CONCFZETE Page 24 oF25 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 b. Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency, 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal decl< or precast concrete, 1) Slabs Over•all Value FF45/FL30 Minimum Local Value FF30/FL20 5. Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab-on-Grade Constniction: � 3/4 inch 2) Top surfaces of formed slabs measured prior to rernoval of supporting shores: � 3/a inch 3) Top surfaces of all other slabs: � 3/a inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to 3/a inch from tl�eoretical elevation at any point. 23 3.8 SYSTEM STARTUP [NOT US�D] 24 3.9 ADJUSTING [NOT US�D] 25 26 3.10 CLEANING A, Defective Work 27 1. Imperfect or damaged work or any material daniaged or determined to be defective 28 before final completion and acceptaxice of the entire job shall be satisfactorily re- 29 placed at the Contractor's expe�ise, and in conformity with all of the requirements of 30 the Drawings and Specifications. 31 2. Perform removal and replacement of concrete work in such manner as not to impair 32 the appearance or strength of the structure in any way. 33 B. Cleaning 34 1. Upon completion of the work remove from the site all forms, equipment, protective 35 coverings and any rubbish resulting therefrom. 36 2. After sweeping floors, wash floors with clean water. 37 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'T # 00951 & 00952 03 30 00 - 25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 3.11 CLOSEOUT ACTIVITI�S [NOT US�D] 2 3.12 PROT�CTION [NOT US�ll] 3 3.13 MAINT�NANC� [NOT US�D] 4 3.14 ATTACHMENTS [NOT US�D� 5 END OF SECTTON Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 033413-1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 � S�CTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART 1 - G�NERA.L 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM) for use in the following: 7 a. Flowable backfill 8 9 10 11 12 13 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 14 1.2 PRICE AND PAYMENT PROCEDURES 15 16 17 18 19 20 21 A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 22 1.3 REFERENCES 23 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 5pecification 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 2O07 CRITIGAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty 1, 2011 CTTY PROJECI' # 0095I & 00952 03 34 13 - 2 CONTROLLED LOW STRENGTH MATEI2IAL (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 O1 33 00. 6 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 7 fabrication for specials, 8 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS 9 10 11 12 13 14 15 16 17 18 1.7 A. Product data B. Sieve analysis 1, Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a signiiicant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C, Trial batch test data l. Submit data for each test cylinder. 2. Submil data that identifies mix and slunnp for each test cylinder, 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 US�D] 22 23 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 26 27 28 29 30 31 32 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As speciiied in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECT # 00951 & 00952 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 ; 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coa1•se aggregate: Pea gravel no larger than 3/8 inch. B. Mixes Pei•foi7nance requir•ements a. Total calculated air content 1) Not less than 8.0 percent or greater• than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measui•ed at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re-excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0,15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 22 23 2.3 ACCESSORIES [NOT US�D] 24 2.4 SOURCE QUALITY CONTROL 25 26 27 28 29 30 31 A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare h•ial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH 2O07 CRI'PICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 033413-4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 B, Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix. 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist cw•ing room, Exercise caution in moving and 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping, banging, or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads; 14 a. Perform the capping carefully to prevent premature fi•actures. l5 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 cylindei•s 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 accardance 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 30 31 32 33 34 2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. E. Determine sluznp in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi-continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 201 I CITY PROJECT # 00951 & 00952 033413-5 CONTROLLED LOW STRENGTH MA'I'ERIAL (CLSM) Page 5 of 7 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT US�D] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PI2�PARATION [NOT USED] 5 3.4 INSTALLATION 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained suff'icient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within � 1 inch. 21 5. Use a slurnp, consistency, workability, flow characteristics, and pumpability (where 22 required) such that when piaced, 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.G R�-INSTALLATION [NOT USED] 28 3.7 FI�LD QUALITY CONTROL 29 30 31 32 33 34 35 36 37 38 39 40 A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1 2 During the progress of construction, the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 2 the mix. 3 2) Do not rod the concrete mix. 4 3) St�•ike 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 spi•inkle water directly on the cylinders. 8 c. After 2 days, place the cylinders in a protective container for transport to tlie 9 laboi•atoiy for testing, The concrete test cylinders are fragile and shall be 10 handled carefully. The containea' may be a box with a Styrofoam or• similar 11 lining that will limit the ja1•ring 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 fi•om mold until the cylinder is to be capped 16 and tested. 17 £ The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perfoim 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 2l 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 26 27 28 29 30 31 32 33 34 35 36 37 38 39 Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression sn•ength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the nnixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi-continuous filling operation, slightly over�ll, tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make corrections to the mix design to meet the requirements of this specifcation. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DTSTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECT # 00951 & 00952 033413-7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 1 3.8 SYST�M STARTUP [NOT USED] 2 3.9 ADJ[ISTING [NOT USED] 3 3.10 CLEANING [NOT US�D] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANC� [NOT US�D] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 1 2 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PARTl- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete base material for trench repair 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 i i 2. Division 1— General Requirements 12 3. Section 03 30 00 — Cast-in-Place Concrete 13 1.2 PRIC� AND PAYMENT PROCEDURES 14 15 16 17 18 19 20 A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance wiih this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 21 1.3 REFERENCES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Reference Standards 1. Reference standards cited in this Speci�cation refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. �. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COiTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 0334 ib-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREM�NTS [NOT US�D] 2 1.5 SUBMITTALS 3 A. Provide submittals in accordance with Section O1 33 00. 4 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 5 fabrication for specials. 6 1.6 ACTION SUBMITTALSlINFORMATIONAL SUBMITTALS 7 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prioi• to start 8 of low density concrete baciciill work. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT US�D] 11 1.9 QUALITY ASSUI2ANCE [NOT US�D] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDj 13 14 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARItANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER-FUI2NISH�D OR OWN�R-SUPPLIED PRODUCTS [NOT USED] 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. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repait� 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a, Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CI7'Y PROJECT # 00951 & 00952 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURC� QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALL�RS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 8 9 10 11 12 13 14 15 16 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 17 3.5 REPAIR [NOT USED] 18 3.6 RE-INSTALLATION [NOT US�D] 19 3.7 FIELD QUALITY CONTROL 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C 172 according to the following requirements: l. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 6. Compressive-Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJUSTING [NOT US�D] 3.10 CL�ANING [NOT USED] 3.11 CLOS�OUT ACTIVITIES [NOT USED] 3.12 PROT�CTION [NOT US�D] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHM�NTS [NOT US�D] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTH 2O07 CRITICAL CAPPI'AL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 03 80 00 - 1 MODIFICATIONS TO EXIST[NG CONCRETE Page 1 of 7 � SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE 3 PART1- G�NERAL 4 1.1 SUMMARY 5 A. Section includes: 6 l. Modifications to existing concrete structures, including: 7 a. Manholes 8 b. Junction boxes 9 c. Vaults 10 d. Retaining walls I 1 e. Wing and head walls 12 £ Culverts 13 2. This section does not include modi�cations to Reinforced Concrete Pipe. 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Speciiication Sections include, but are not necessarily limited to: 17 l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 27 1.3 REFERENCES 28 29 30 31 32 33 34 35 36 37 38 39 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. b. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. c. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Sheer. d. D570, Standard Test Method for Water Absorption of Plastics. e. D63 8, Standard Test Method for Tensile Properties of Plastics. CTI'Y OF FORT WORTH 2O07 CRITTCAL CAPTTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC"I' # 00951 & 00952 03 80 00 - 2 MODIPICATIONS TO EXISTING CONCRETE Page 2 of 7 1 2 3 4 f. D695, Standard Test Method for Compressive Propei�ties of Rigid Plastics. g, D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. h. D790, Standar•d Test Methods for Flexui•al Properties of Um•einforced and Reinforced Plastics and Electrical Insulating Materials. 5 B. Where reference is made to 1 of the above standards, the revision in effect at the time of 6 bid opening applies. 7 1.4 ADMINISTRATIVE 12EQUI1tEMENTS [NOT USED] 8 1.5 SUBMITTALS 9 A. Provide submittals in accordance with Section Ol 33 00. 10 B. All submittals shall be approved by the Engineer or the City prior to delive�y and/or 11 fabrication for specials. 12 1.6 ACTION SUBMITTALS/INFOltM�TIONAL SUBMITTALS 13 A. Product Data 14 1. Submit manufacturer's Product Data on all product brands pi•oposed for use to the 15 Engineer for review, 16 2. Include the manufacturer's installation and/or application instructions. 17 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 18 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. When removing materials or portions of existing structures and when making openings 21 in existing structures, take precautions and all erect all necessa�y barriers, shoring and 22 bracing, and other protective devices to prevent damage to the structures beyond the 23 limits necessary for the new work, protect personnel, control dust, and to prevent 24 damage to the structures or contents by falling or flying debris. 25 B, Core sanitary sewer manhole penetrations. 26 1.10 D�LIVERY, STORAGE, AND HANDLING 27 28 29 30 31 A, Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARI2ANTY [NOT USED] 32 PART 2 - PR011UCTS 33 2.1 OWNER-FURNISHED OR OWN�R-SUPPLIED PRODUCTS [NOT USED] 34 35 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Jufy l, 2011 C]TY PROJECT # 00951 & 00952 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1. In other Part 2 articles where titles below introduce lists, the following i•equirements apply to product selection: a. Available Products 1) Subject to compliance with requirements, products that may be incoiporated into the Work include, but are not limited to, products specified. b. Available Manufacturers 1) Subject to compliance with requirements, manufacturers offering p�•oducts that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Materials l. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed. 17 D. Epoxy Bonding Agent 18 1. A 2-component, solvent-free, asbestos-free, moisture-insensitive epoxy resin 19 material used to bond plastic concrete to hardened concrete complying with the 20 requirements of ASTM C881, Type V, and the additional requirements speci�ed 21 herein. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4'7 2. Properties of the cured material a. Compressive Strengih (ASTM D695) 1) 8,500 psi minimum at 28 days b. Tensile Strength (ASTM D638) 1) 4,000 psi minimum at 14 days c. Flexural Strength (ASTM D790 - Modulus of Rupture) 1) 6,300 psi minimum at 14 days d. Shear Strength (ASTM D732) 1) 5,000 psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1) 1 percentmaximum at 14 days £ Bond Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi-Mod 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste l. A 2-component, solvent-free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar rnaterials to concrete such as setting railing posts, dowels, anchor bolts, and all-threads into hardened concrete and complying with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements speciiied herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 b, Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Brealc - 0.3 percent minimum c, Flextual Strengtl� (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days d, Shear Strength (ASTM D732): 2,800 psi minimum at 14 days e. Water Absorption (ASTM D570): l.0 pei•cent maximum at 7 days £ Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure g. Color: Concrete grey h. Available Manufacturers 1) Overhead Applications a) Sika Corporation, Lyndhurst, New 7ersey - Silcadur 32, Hi-Mod LV b) BASF - Concresive 1438 2) All Other Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi-mod LV 31 b) BASF - Concresive 1401 F. Repair Mortars 1. Provide an asbestos free, moisture insensitive, polymer-modified, Portland cement- based cementitious trowel grade mortar for repairs on horizontal or vertical surfaces. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey - SilcaTop 122 2) BASF — Emaco Nanocrete R3 G. Pipe Penetration Sealants l. 1 component polyurethane, extrudable swelling bentonite-free waterstop that is chemically t•esistant, not soluble in water and capable of withstanding wetldry cycling. a, Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey — SikaSwell S-2 2) Approved equal 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PItEPARATION 36 37 38 39 40 41 A. General Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, speci�ed herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc,, are specified in respectiive Sections. Comply with other requirements of this of Section and as shown on the Drawings. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju(y 1, 2011 CITY PROJECT # 00951 & 00952 03 80 00 - 5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 1 2. Store, mix, and apply all commercial products specified in this Section in strict 2 compliance with the manufacturer's recommendations. 3 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion 4 joint or control joint to preserve the isolation between components on eithei• side of 5 the joint. 6 4. When drilling holes foi• dowels/bolts at new or existing concrete, stop drilling if 7 rebar is encountered and relocate the hole to avoid rebar as approved by the 8 Engineer, Do not cut rebar without prior appr•oval by the Engineei•. 9 B. Concrete Removal 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2. 3. Remove concl•ete designated to be removed to specifc limits as shown on the Drawings or directed by the Engineer, by chipping, jack-hammet•ing, or saw-cutting as appropriate in areas where concrete is to be taken out, Do not jackhammer sanitaly sewer rnanhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, apply a coating or surface treatment of epoxy paste to the entire cut surface to a thickness of 1/4 inch. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, provide a 1-inch deep saw cut on each exposed surface ofthe existing concrete at the edge of concrete removal. 4. Repair concrete speci�ed to be left in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may from time to time direct additional repairs to existing concrete. Make these repairs as specifed or by such other methods as may be appropriate. C. Connection Surface Preparation 28 l. Prepare connection surfaces as specified below for concrete areas requiring 29 patching, repairs or modiiications as shown on the Drawings, specified herein, or as 30 directed by the Engineer. 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's �nal inspection. 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during the demolition operatioii. 4. Clean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch minimum cover all around. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'I' �! 00951 & 00952 038000-6 MODIFICATIONS TO EXISTING CONCKETE Page 6 of 7 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 26 27 5. The following are speciiic concrete surface preparation °methods" to be used where called for on the Drawings, speciiied herein, or as directed by the Engineer. a. Method A 1) After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. 2) Br•ush on a 1/16-inch layer of cement and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. b. Method B 1) After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. 2) Comply strictly with the manufacturer's recommendations for the �ield preparation and application of the epoxy bonding agent. 3) Place new concr•ete or grout mixture to limits shown on the Drawings within time constraints recommeuded by the manufactut•er to ensure bond, c, Method C 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. First fill the drilled hole with epoxy paste, then butter the dowels/bolts with paste then insert by tapping. 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 4) If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. d. Method D 1) Combination of Method B and C. 28 3.4 INSTALLATION [NOT USED] 29 3.5 I2EPAIR [NOT USED] 30 3.6 RE-INSTALLATION [NOT US�D] 31 3.7 FIELD QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT US�D] 34 3.10 CLEANING [NOT US�D] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 37 38 39 40 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT US�D] END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 038000-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COtINCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 31 10 00 - t SITE CLEARING Page ] of 5 � 3 PARTl- GENERAL 4 l.l SUMMARY 5 6 7 8 9 10 11 12 A. Section Includes: SECTION 31 10 00 SITE CLEARING 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obsh•uctions including clearing and givbbing and trees, when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth's Ui•ban Forest�y Ordinance governs all tree removals. B. Deviations from this City of Fort Worth Standard Specification 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0— Bidding Requiremants, 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 PROC�DURES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Site Clearing". c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of trees, structures and obstructions 3) Backfilling of holes 4) Clean-up 2. Tree Removal a. Measurement 1) Measurement for this Item shal] be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Removal" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Grading and back�lling of holes CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 311000-2 SITE CLEARING Page 2 of 5 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 1.3 4) Excavation 5) Fertilization 6) Clean-up 3. Tree Removal and Transpiantation a. Measurement 1) Measurement for this Item shall be per eacli. b. Payment 1) The work pel-formed and the materials fi�rnished in accordance with this Item shall be paid for at the unit price bid per each "Tree TransplanY' for: a) Var•ious caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of st►•uctures and obstructions 3) Moving tree with truck mounted tree spade 4) Grading and backfilling of holes 5) Replanting tree at temporaiy location (determined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into or•iginal or designated location 8) Excavation 9) Fertilization 10) Clean-up IZ�FERENCES [NOT US�D] 23 1.4 ADMINSTRA.TIVE REQUIlZEM�NTS 24 25 26 27 28 29 30 31 32 33 A. Permits 1, Contractor shall obtain Tree Removal Permits and Urban Forestry Permits when required by the City Ordinance No. 18615-OS-2009. B. Preinstallation Meetings 1. Hold a pt�eliminaly site clearing meeting and include the Contractor, City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Lettet• in accordance to Division Ol. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMYTTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSLTRANCE [NOT USEDJ 39 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 40 1.11 FIELD CONDITIONS [NOT USED] 41 1.12 WARItANTY [NOT USED] � CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 31 1000-3 SITE CLEARiNG Page 3 of 5 1 PART 2- PRODUCTS [NOT US�DJ 2 PART 3 - EX�CUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PItEPARATION 6 7 8 9 10 A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. B. Following taping and prior to any removals or site clearing, the Conh�actor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 11 3.4 INSTALLATION 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Protection of Trees l. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the 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 h•unk. 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 preselvation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on-site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division l. 40 C. Site Clearing CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DTSTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT H 00951 & 00952 311000-4 SITE CLEARING Page 4 of 5 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 1. Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved, Such obsti•uctions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber g. Plaster l�. Septic tank drain fields ' i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences m. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and guttei• b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks f. Drainage structures g, Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 30 3. Remove culvei�ts, storm sewers, manholes, and inlets in proper sequence to 31 maintain traf�c and drainage in accordance with Section 02 41 14. 32 4. In areas receiving embankment, remove obstructions not designated for 33 preservation to 2 feet below natural ground. 34 5. In areas to be excavated, i•emove obstructions to 2 feet below the excavation level. 35 36 37 38 39 40 41 42 43 44 6. In all other areas, remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level, a. Removal of existing sh•uctures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off-site in accordance with local, state, and federal laws and regulations. 45 3.5 R�PAIR [NOT USED] 46 3.6 RL-INSTALLATION [NOT USED] CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 31 1000-5 SITE CLEAitING Page 5 of 5 1 3.7 FIELD QUALITY CONTROL [NOT US�D] 2 3.8 SYSTEM STARTUP [NOT US�D] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] S 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROT�CTION [NOT USED] 7 3.13 MAINTENANC� [NOT US�D] 8 3.14 ATTACHMENTS [NOT USED] E 10 11 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECI' # 00951 & 00952 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 4 SECTION 31 23 16 2 3 PART1- GEN�RAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 UNCLASSIFIED EXCAVATION 1. Excavate areas as shown on the Drawings oi• as di1•ected. Removal of materials encountered to the lines, grades, and typical sections shown on the Drawings and removal from site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structur�es e. Or any other operation evolving the excavation of on-site materials. B. Deviations from this City of Fort Worth Standa�•d Specification 1. None. 16 C. Related Speci�cation Sections include, but a��e 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 31 24 00 — Embankments 20 1.2 PRICE AND PAYMENT PROC�DUI2�S 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be by the cubic yard in its final position using 24 the average end a�•ea method. Limits of ineasurement is shown on the Drawings 25 b. When measured by the cubic yard in its final position, this is a plans quantity 26 measurement Item. The quantity to be paid is the quantity shown in the 27 proposal, unless modified by Article 11.04 of the General Conditions. 28 Additional measurements or calculations will be made if adjustments of 29 quantities are required. 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 cubic yard of "Unclassified Excavation". No additional compensation 34 will be allowed for rock or shrinkage or swell factors as these are the 35 Contractor's responsibility. 36 37 38 39 40 41 42 3. The price bid shall include: a. Excavation b. Excavation Safety c. Diying d. Dust Control e. Reworking or replacing the over excavated material in rock cuts £ Hauling CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 312316-2 UNCLA3SIFIED EXCAVATION Page 2 of 4 1 g. Disposal of excess material not used elsewhere onsite 2 h. Scarification 3 i. Clean-up 4 1.3 REI'ER�NCES [NOT US�D] S 6 7 8 9 10 A. Definitions 1. Unclassified Excavation — Without regard to materials, all excavations shall be considei•ed unclassi�ed and shall include all materials excavated. Any reference to Rock or other materials on the Drawings or in the speci�cations is solely for the City and the Contractor's information and is not to be taken as a classification of the excavation. 11 1.4 ADMINSTRATIV� REQUIREMENTS 12 A, The Contractor will provide the City with a Disposal Letter in accordance to Division 13 O1. 14 1.5 SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOS�OUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 18 1.9 QUALITY ASSURANCE 19 A. Excavation Safety 20 1. The Contractor shall be solely responsible for making all excavations in a safe 21 manner. 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safeTy standards 29 CFR part 1926 and state requirements. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage l. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights hava been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT �t 00951 & 00952 312316-3 UNCLASSIF[ED EXCAVATION Page 3 of 4 0 d. Do not block drainage ways. 2 1.11 FIELD CONDITIONS 3 4 5 6 7 8 � �i7 A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions dt�awn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED) PART 2 - PRODUCTS [NOT USED] 11 2.1 OWiV�R-FURNISHED [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Materials l4 1. Unacceptable Fill Material l5 a. In-situ soils classified as MI.,, MH, PT, OL or OH in accordance with ASTM 16 D2487 17 PART 3 - �X�CUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 �XAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 CONSTRUCTION 22 A. Accept ownership of unsuitable or excess material and dispose of material off-site 23 accordance with local, state, and federal regulations at locations. 24 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 25 during construction with eh exception of water that is applied for dust control. 26 C, Separate Unacceptable Fill Material from other materials, remove from the Site and 27 proparly dispose according to disposal plan. 28 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 29 proposed or existing structures, 30 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 31 City. 32 F. Shape slopes to avoid loosening material below or outside the proposed grades. 33 Remove and dispose of slides as directed. 34 G. Rock Cuts 35 1. Excavate to finish grades. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2411 CITY PROJEC'I' # 00951 & 00952 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 4 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. H. Earth Cuts 1. Excavate to iinish subgrade 2. In the event of ovei• excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. 3. Manipulate and compact subgrade in accordance with Section 31 24 00, 3.5 R�PAIR [NOT USED] 3.6 ItE-INSTALLATION [NOT US�D] 3.7 I+'IELD QUALITY CONTROL 15 A. Subgrade Tolerarices 16 1, Excavate to within 0.1 foot in all directions. 17 2. In areas of over excavation, Contractor provides fill material approved by the Ciiy 18 at no expense to the City. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 27 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE m CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT � 00951 & 00952 312323-1 BORRO W Page 1 of 4 � 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 SECTION 31 23 23 BORROW A. Section Includes: 1. Furnish, place and compact Borrow mater•ial for grading. B. Deviations from this City of Fort Wo�-th Standard Specification 1, None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 24 00 — Embankments 13 1.2 PRICE AND PAYMENT PROCEDUI2�S 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 1.3 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Borrow a. Measurement 1) Measurement for this Item shall be by the cubic yard of loose Borrow material as delivered to the Site and recorded by truck ticket provided to the City. b. Payment 1) The wor•k 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 `Borrow" delivered to the Site for: a) Various Borrow materials c. The price bid shall include: 1) Furnishing, placing, compacting and iinishing Borrow 2) Hauling 3) Reworking 4) Disposal of excess or waste material 5) Clean-up REF�RENC�S A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards a. ASTM D2487, Standard Practice for Classi�cation of Soils for Engineering Purposes (Unified Soil Classification System) b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRTCT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 312323-2 BORROW Page 2 of 4 1 c. ASTM D6913, Standard Test Methods for Particle-Size Distribution 2 (Gradation) of Soils Using Sieve Analysis 3 d. ASTM D698, Standard Test Methods for Laboratory Compaction 4 Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3) 5 1.4 ADMINISTRATIV� REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section Ol 33 00, 8 B, All submittals shall be approved by the Engineer or the City prior to construction. 9 C. Submit laboratory tests reports for each soil borrow source used to supply general 10 borrow and select �11 materials. 11 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Stockpiled Borrow material 14 a. Provide a description of the storage of the delivered Borrow material only if the I S Contract Documents do not allow storage of materials in the right-of-way of the l 6 easement. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Borrow material shall be tested prior to delivery to the Site. 21 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 22 from each source, 23 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 24 D6913 and ASTM D4318-10 respectively. 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Delivery 27 1. Coordinate all deliveries and haul-off. 28 B. Storage 29 l. Within Existing Rights-of-Way (ROW) 30 a. Borrow materials may be stored within existing ROW, easements or temporary 31 construction easements, unless specifically disallowed in the Contract 32 Documents. 33 b. Do not block drainage ways, inlets or driveways. 34 c. Provide erosion control in accordance with Section 31 25 00. 35 d. Store rnaterials only in areas barricaded as provided in the traffic control plans. 36 e. In non-paved areas, do not store material on the root zone of any trees or in 37 landscaped areas. 38 2. Designated Storage Areas CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GT20UP 2B Revised Ju►y 1, 2011 CITY PROJECT � 00951 & 00952 312323-3 BORROW Page 3 of 4 1 2 3 4 5 6 7 8 9 a. If the Contract Documents do not allow the storage of Borrow materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. 10 1.11 FIELD CONDITIONS [NOT US�D] I 1 1.12 WARI2ANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [NOT USED] 14 2.2 PRODUCT TYP�S AND MATERIALS 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. Borrow 7 3, 4 5. 1. Additional soil beneath pavements, roadways, foundations and other structures required to achieve the elevations shown on the Drawings. Acceptable Fill 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 Blended Fill 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 Fill material to meet the requirements of an Acceptable Fill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 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 Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type UII portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D1633, Method A f. Mix in a stationary pug mill, weigh-batch or continuous mixing plant CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C3ROUP 2A & GROUP 2B Revised Juty I, 201 I CITY PROJECT # 00951 & 00952 312323-4 BORROW Page 4 of 4 1 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2 2.4 ACC�SSORIES [NOT US�D] 3 2.5 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EX�CUTION 5 �r 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 3.1 INSTALL�RS [NOT USED] 3.2 �XAMINATION [NOT US�D] 3.3 PILEPARATION [NOT USED] 3.4 TNSTALLATION A. All Borrow placement shall be performed in accordance to Section 31 24 00. 3.5 I2EPAIIt [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.i FI�LD QUALITY CONTROL A. Field quality control will be pert'ormed in accordance to Section 31 24 00. 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MA.INTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 312400-1 EMBANKMENTS Page 1 of 9 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 I1 12 13 14 S�CTION 31 24 00 EMBANI�IvIENTS Tcanspoi�ting and placement of Acceptable Fill Material within the boundaries of the Site for construction o£ a. Roadways b. Embankments c. Drainage Channels d. Site Grading e, Or any other operation involving the placement of on-site materials. B. Deviations from this City of Fort Worth Standard Specification l. None. 15 C, Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Foi�ns and Conditions of the Conh•act 17 2. Division 1— Genera] Requirements 18 1.2 PRICE AND PAYMENT PROCEDi112ES 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. Embarlkments a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position using the average end area method. Limits of ineasurement is shown on the Drawings 2) When measured by the cubic yard in its �nal position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 11.04 of the General Conditions. Additional measurements or calculations will be made if adjustments of quantities are required. b. Payment l) 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 "Embankment". No additional compensation will be allowed for shrinkage or swell factors as these are the Contractor's responsibility. c. The price bid shall include: 1) Transporting or hauling material 2) Placing, compacting, and finishing Embankment 3) Construction Water 4) Dust Control 5) Reworking 6) Clean-up CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20l 1 CITY PROJECT #100951 & 00952 312400-2 EMBANKMENTS Page 2 of 9 1 2 3 7) Proof Rolling 8) Disposal of excess materials 9) Reworlcing or replacement of undercut material 4 1.3 REF�RENCES 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 A, Reference Standards 1. Reference standards cited in this specification refer to the cu��rent refei•ence standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM Standards a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, and Plasticity Index of Soils b. ASTM D4943-08, Standard Test Method for Shi•inkage Factors of Soils by the Wax Method a ASTM D698-07e1, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort d. ASTM D1557-09, Standard Test Methods for Laboratoiy Compaction Characteristics of Soil Using Modified Effol�t e, ASTM D73 82-08, Standard Test for Determination of Maximum Dry Unit Weight and Water Content Range for Effective Compaction of Gt•anular Soils Using a Vibr•ating Hammer f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place by the Sand Cone Method 23 1.4 ADMINSTRA.TIVE REQUIR�MENTS 24 A. Sequencing 25 1. Sequence work such that calls of proctors are complete in accordance with ASTM 26 D698 prior to commencement of construction activities. 27 1.5 SUBMITTALS 28 A. Submittals shall be in accordance with Section O1 33 00. 29 B. All submittals shall be approved by the Engineer or the City prior to construction 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Shop Drawings 32 1. Stockpiled material 33 a. Provide a description of the storage of the excavated material only if the 34 Contract Documents do not allow storage of materials in the right-of-way or the 35 easement 36 1.7 CLOSEOUT SUBMITTALS (NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 S7'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 312400-3 EMBANKMENTS Page 3 oF 9 1 2 3 4 5 6 7 8 9 10 11 12 l3 la 15 16 17 18 1.11 FIELD CONDITIONS 19 20 21 22 23 24 2. Data is made available for the convenience of the Contractor. 25 1.12 WARR.ANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [NOT USED] A. Existing Conditions 1. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in active traff'ic areas, store materials only in areas ban•icaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the root zone of any n•ees or in landscaped areas. 2. Designated Stor•age Areas a. If the Contract Documents do not allow the storage within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an afiidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00, d. Do not block drainage ways. l. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warraniy of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions dr•awn there from by the Contractor. 28 2.2 PRODUCT TYPES AND MATERIALS 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Materials 1 2. 3. Acceptable Fill Material a. In-situ or imported soils classi�ed as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve Blended Fill Material a. In-situ soils classiiied as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backiill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve Unacceptable Fill Material CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJEC'I', COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 312400-4 EMBANKMENTS Page 4 of 9 1 2 3 4 5 6 a, In-situ soils classiiied as ML, MH, PT, OL or OH in accordance with ASTM D2487 4. 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 7 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 8 2.4 ACCESSORT�S [NOT USED] 9 2.5 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 - EX�CUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION [NOT USED] 13 3.3 PItEPARATION 14 A. Protection of In-Place Conditians 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 l. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the cont��actor outside the limits designated for pavement removal at no additional cost 2. Trees a, When operating outside of existing ROW, stake pei�tnanent and temporaty construction easements. b. Restrict all construction activities to the designated easements and ROW, c. Flag and protect all ri•ees designated to remain in accordance with Section 31 10 00. d. Conduct embankments in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pi�uning or trimming may only be accomplished with equipment specifically designed for tree pruning or trirnming. 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. 4. Traf�c a. Maintain existing traffic, except as modified by the trafiic control plan, and in accordance with Section 34 �'1 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the trafiic control plan CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'I' # 00951 & 00952 312400-5 EMBANKMENTS Page 5 of 9 1 3.4 INSTALLATION 2 A. Embankments General 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 2 Placing and Compacting Embankment Material a. Perform fill operation in an orderly and systematic manner using equipment in proper sequence to meet the compaction requirements b. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 6 inches, unless otherwise shown on the Drawings c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other deleterious materials d. Bench slopes before placing mate2�ial. e. Begin filling in the lowest section or the toe of the work area £ When fill is placed directly or upon older iill, remove debris and any loose material and proof roll existing surface. g. After spreading the loose lifts to the required thickness and adjusting its moisture content as necessary, simultaneously recompact scarified material with the placed embankment material. h. Roll with sufiicient number passes to achieve the minimum required compaction. i. Provide water sprinkled as necessary to achieve required moisture levels for specified compaction j. Do not add additional lifts until the entire previous lift is properly compacted. Surface Water Control a. Grade surface horizontally but provide with sufficient longitudinal and transverse slope to allow for runoff of surface water from every point. b. Conduct fills so that no obstruction to drainage from any other sections of �11 is created. c. Install temporary dewatering sumps in low areas during filling where excess amounts of runoff collect. d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and free from humps and hollows that would prevent proper uniform compaction. e. Do not place fill during or shortly after rain events which prevent proper work placement of the material and compaction £ Prior to resuming compaction operations, remove muddy material off the surface to expose firm and compacted materials B. Embankments for Roads 1. Only Acceptable Fill Material will be allowed for roadways 2. Embankments for roadbeds shall be constructed in layers approximately parallel to the finished grade of the street 3. Construct generally to conform to the cross section of the subgrade section as shown in the drawings. 4. Establish grade and shape to the typical sections shown on the Drawings 5. Maintain finished sections of embankment to the grade and compaction requirements until the project is accepted. C. Earth Embankments CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 312400-6 EMBANKMENTS Page 6 of 9 1 2 3 4 5 6 7 8 9 10 11 12 1. Earth embankment is mainly composed of material other• than rock. Construct embankments in successive layers, evenly distributing materials in lengths suited for sprinkling and rolling. 2. Rocic or Concrete: a. Obtain approval fi�om the City pi•ior to incol•porating rock and broken concrete produced by the construction project in the lower layer•s of the embankment. b, No Rock or Concrete will be permitted in embankments in any location whei�e future utilities are anticipated, c, When the size of approved 1•ock or b��olcen concrete exceeds the layei• thickness place the rock and concrete outside the limits of the proposed sh•uctw•e or pavement. Cut and remove all exposed reinforcing steel from the broken concrete, 13 3. Move the material dumped in piles or windt•ows by blading or by similai• methods 14 and incof•poi•ate it into unifortn layers. 15 4. Featheredge or mix abutting layer•s of dissimilar material for at least 100 feet to 16 ensure there ar•e no abrupt changes in the material. 17 5. Break down clods or lumps of material and mix embankment until a uniform 18 material is attained. 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 D. Rock Embankments 1. Rock embanlcment is mainly composed of rock. 2. Rock Embankments for roadways are only allowed when speci�cally designated on the drawings. 3. Construct �•ock embankments in successive layers for the full width of the roadway cross-section with a depth of 18-inches or less. 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any case. Fill voids created by the large stone matrix with smaller stones during the placement and filling operations. 5. Ensure the depth of the embankment layer is greater than the maximum dimension of any rock. 6. Do not place rock greater than 18-inches in its maximum dimension, 7. Construct the final layer with graded material so that the density and uniformity is in accordance compaction requirements. 8. The upper or final layer of rock embankments shall contain no material larger than 4 inches in their maximum dimension. E. Density 1. Compact each layer until the maximum dry density as determined by ASTM D698 is achieved. a. Not Under Roadway or Structure: 1) areas to be compacted in the open, not beneath any structure, pavement, flatwork, or is a minimum of lfoot outside of the edge of any structure, edge of pavement, or back of curb. a) Compact each layer to a minimum of 90 percent Standard Proctor Density. b. Embankments under future paving: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 312400-7 EMBANKMENTS Page 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 1) Compact each layer to a minimum of 95% standard proctor density with a moisture content not to exceed +4% or -2% of optimum moisture or as indicated on the drawings c. Embankments under structures: 1) Compacted each layer as indicated on the Drawings F. Maintenance of Moisture and Reworking 1. Maintain the density and moisture content once all requirements are met. 2. For• soils with a PI greater than 15, maintain the rnoisture content no lower than 4 percentage points below optimum. 3. Rework the material to obtain the specifed compaction when the material loses the required stability, density, moisture, or finish. 4. Alter the compaction methods and procedures on subsequent work to obtain specified density as directed by the City. 14 3.5 REPAIR [NOT USED� 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD QUAILITY CONTROL 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test resalts 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 iithe 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 notiiied by the Contractor 3) At the convenience of the City e. Embankments where different soil types are present and are blended , the proctors shall be based on the mixture of those soils. 2. Proof Rolling a. Embankments Under Future Pavement 1) City Project Representative must be on-site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) Tf an unstable or non-uniform area is found, correct the area. 6) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRtICTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 312400-8 EMBANKMENTS Page 8 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3 7) If a non-unifoi•m area is found then correct the area. b. Embankments Not Under Future Paving 1) No Proof Rolling is required. Density Testing of Back�ll a. Density Test Shall be in confoj•mance with ASTM D2922. b. For Embankments under future pavement: 1) The City will perform density testing twice per working day when compaction operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests, but the number of test shall be appropriate for the area being compacted. 3) Testing shall be representative of the current lift being compacted, 4) Special attention should be placed on edge conditions. c. For Embankments not under future pavement or st�•uctur•es: 1) The City will perform density testing once working day when compaction operations are being conducted, 2) The testing lab shall take a mininnum of 3 density tests, 3) Testing shall be representative of the cu��rent lift being compacted. d, Make the area where the embankment is being placed available for testing. e. The City will determine the location of the test, f, The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. g. A formal repoi�t will be posted to the City's Buzzsaw site within 48 hours. h. Test reports shall include; 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identi�er 7) Percent Proctor Density 31 B. Non-Conforming Work 32 1. All non-conforming work shall be removed and replaced, 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CL�ANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 38 39 40 41 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDAFiD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 312400-9 EMBANKMEN"CS Page 9 of 9 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 312500-I EROSION AND SEDIMENT CONTROL Page 1 of 9 1 2 3 PART1- G�NERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 SECTION 3125 00 EROSION AND SEDIMENT CONTROL A. Section Includes: 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) and insta.ilation, maintenance and removal of erosion and sediment control devices B. Deviations from this City of Fort Worth Standard Speciiication 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDUI2ES 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 1.3 A. Measurement and Payment 1. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the vat•ious Items bid. b. Payment 1) The work perfor�rned and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan > 1 acre a. Measurement for this Itern shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "SWPPP >_ 1 acre". c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal REFER�NCES 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 312500-2 EROSiON AND SEDIMENT CONTROL Page 2 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 1.4 a. ASTM D3786, Standard Test Method for Buisting Strength of Textile Fabrics—Diaphragm Buisting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Deter►nining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for I�ldex Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Depat-tmental Material Specifcations (DMS) a. DMS-6230 "Temporaiy Sediment Control Fence Fabric" ADMINISTRATIVE REQUIR�M�NTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 17 18 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit 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 US�D] 26 1.10 D�LIV�RY, STORAGE AND HANDLING [NOT USED] 27 28 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 1.12 WAI2RANTY [NOT USED] 29 PA.RT 2 - PRODUCTS 30 2.1 OWNER-FURNISH�D [ox] OWNER-SUPPLI�D PRODUCTS [NOT USED] 31 32 33 34 35 36 37 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate a, Furnish aggregate with hardness, durabiliiy, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer, b. Provide the following; 1) Types l, 2 and 4 Rock Filter Dams CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT t! 00951 & 00952 312500-3 EROSION AND SED[MENT CONTROL Page 3 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 a) Use 3 to 6 inch aggi•egate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double-twisted, hexagonal weave with a nominal mesh opening of 2'h inches x 3 '/a inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0,1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances 1. Provide materials that meet the details shown on tha Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Fut�nish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the foliowing criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock,loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CTTY PROJECT # 00951 & 00952 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 Sand Gradation 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 G. Temporary Sediment Control Fence 1, Provide a net-y�einfoi•ced fence using woven geo-textile fabr•ic. 2. Logos visible to the traveling public will not be allowed. a. Pabric 1) Provide fabi•ic materials in accor•dance with DMS-6230, "Temporary Sediment Conti•ol Fence Fabric." b, Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Ha�•dwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a m�imum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long, 21 2.3 ACCESSOIZI�S [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALL�RS [NOT USED] 25 3.2 �XAMINATION [NOT USED] 26 3.3 PI2EPARATION [NOT USED] 27 28 29 30 31 32 33 34 35 36 37 3.4 INSTALLATION A. Storm Water Pollution Prevention Plan l. Develop and irnplement the project's Stoim Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructnral BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures 1. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed, CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty l, 2011 CITY PROJECT # 00951 & 00952 312500-5 EROSION AND SEDIMGNT CONTROL Page 5 of 9 1 2 3 4 5 6 7 4. 8 9 l0 S. Il 12 13 14 15 16 17 18 E. Provide pi�otected storage area for paints, chemicals, solvents, and fertilizers at an 19 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 20 provide shelter for stored chemicals. 21 F. Installation and Maintenance 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 3 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. If, in the opinion of the Engineer, the Contractor cannot control soil ei•osion and sedimentation resulting from construction operations, the Engineer will limit the disturbed ar•ea to that which the Contractoi• is able to control. Minimize disturbance to vegetation. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water per•mit. Upon acceptance of vegetative cover by the City, remove and dispose of all temporaty control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstt�uctions 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. 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. 2 3 � Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock �lter dams. Place sandbags as a foundation when required or at the Contractor's option. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 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 2O07 CRITICAL CAPITAL PRO7ECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 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 Dr•awings: 3 a. Type 1 (Non-reinfoi•ced) 4 1) Height - At least 18 inches measured vertically fi•om existing ground to top 5 of filtei• dam 6 2) Top Width - At least 2 feet 7 3) Slopes - At most 2:1 8 b, Type 2 (Reinfo��ced) g 1) Height - At least 18 inches measw•ed 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) l4 1) Height - At least 36 inches measured vet�tically from existing gi•ound to top � 5 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 d. Type 4(Sack Gabions) � 9 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 ar•ound 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. 2� 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 32 33 34 35 36 37 38 39 40 41 H. Construction Entrances 1, When tracking conditions exist, prevent trafiic fi•om crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a, The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. 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 2O07 CRITICAL CAPTTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2) Place swales and dikes at other locations as shown on the Di•awings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undistm•bed ear•th to pr•event erosion of hillsides. 4) Construct sediment h•aps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that seive an area with 10 or more disturbed acr•es 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 l. 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 secondaiy 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARU CONSTRUCTION SPECIFTCATTON DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 2 3 4 5 6 � 8 9 10 11 12 3.5 d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment-control fence include the following; a) Fabric with minimal or no visible signs of biodegradation (weak �bers) b) Fabric without excessive patching (more than 1 patch eveiy 15 to 20 feet) c) Posts without bends d) Backing witliout holes I2EPAIR/IZESTORATION [NOT US�D] 13 3.6 RE-INSTALLATION [NOT US�D) 14 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT US�D] 15 3.8 SYST�M STARTUP [NOT USED] 1 G 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 CLOS�OUT ACTIVITI�S 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 27 3.12 PROTECTION [NOT USED] 3.13 MA.INTENANCE 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 featui�es 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 35 36 37 C. Perform inspections of the construction site as prescribed in the Cons�ruction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. ; C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 3.14 ATTACHM�NTS [NOT U5�D) �ND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 31 36 00 - I GAB[ONS Page 1 of 6 � 3 PART1- GENERAL 4 1.1 SUMMARY 5 A 6 7 8 9 10 11 12 13 14 B. C. S�CTION 31 36 00 GABIONS Section Includes: 1. Furnishing and installing gabions and gabion mattr•esses. Deviations from this City of Fort Worth Standard Specification 1. None. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Condiiions of the Contract 2. Division 1— General Requirements 3. Section 31 23 23 — Fill 4. Section 31 24 00 — Embankments 5. Section 31 25 00 — Erosion and Sediment Control 15 1.2 PRICE AND PAYM�NT PROCEDURES 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. Gabions a. Measurement 1) Measurement for this Item shall be by the cubic yard of stone-filled gabions. 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 for "Gabions" installed for: a) Various types c. The price bid shall include: 1) Furnishing wire baskets, lacing, fasteners filter fabric and filter material 2) Excavation 3) Grading and backfill 4) Clean-up 2. Gabion Mattresses a. Measurement 1) Measurement for this Item shall be by the cubic yard. 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 for "Gabion Mattresses" installed for: a) Various types c. The price bid shall include: 1) Furnishing wire baskets, lacing, fasteners filter fabric and filter material 2) Excavation CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 3(3600-2 GABIONS Page 2 of 6 1 3) Grading and back�ll 2 4) Clean-up 3 1.3 ItEFERENC�S 4 5 6 7 8 9 l0 11 12 13 14 IS 16 17 18 A. Reference Standards 1. Refei•ence standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifcally cited, 2. ASTM Standards a. ASTM A974, Standard Specification for Welded Wire Fabric Gabions and Gabion Mattresses (Metallic Coated or Polyvinyl Chloride (PVC) Coated) b. ASTM A975, Standard Specification for pouble-Twisted Hexagonal Mesh Gabions and Revet Mattresses (Metallic-Coated Steel Wire or Metallic-Coated Steel Wire With Poly(Vinyl Chloride) (PVC) Coating) 3. T�OT Test Procedures a. Tex-411-A, Test Procedure for Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate 4, T�OT Departmental Materials Specifications a. DMS-6200, Filter Fabric 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 22 23 24 25 26 1.6 A. Furnish producer or supplier certification that wire baskets, stiffeners, lacing wire, and spiral connectors conform to the applicable ASTM specification. B. If alternative wire fasteners are proposed, furnish producer or supplier certi�cation that the fasteners conform to the strength requirements in Table 1 when tested in accordance with the applicable ASTM speci�cation. SUBMITTALS [NOT USED] 27 1.7 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.8 CLOSEOUT SUBMITTALS [NOT US�D] 29 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 31 32 33 1.10 QUALITY ASSURANCE [NOT USED] 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.12 FIELD CONDITIONS [NOT US�D] 1.13 WARItANTY [NOT USED] CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, GOUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 201 I CITY PROJECT # 00951 & 00952 313600-3 GABIONS Page 3 of 6 1 PART 2 - PRODUCTS 2 2.1 OWNER-FUI2NISHED [NOT US�D] 3 2.2 PRODUCT TYP�S AND MAT�RIALS 4 A. Gabion. A wii�e fabric or mesh container, filled with stone, with a height of 1 foot or 5 greater. 6 B. Gabion Mattress. A wire fabl•ic or• mesh container filled with stone and with a height of 7 6, 9, or 12 inches, referred to as "revet mattress" in ASTM A 975. 8 C. Welded wire gabions and gabion mattresses. Furnish welded wire gabions and gabion 9 mattresses with Style 5 PVC wire coating in accordance with ASTM A 974, 10 D. Twisted wire gabions and gabion mattresses. Furnish twisted wire gabions and gabion 1 l mattresses with Style 3 PVC wire coating in accordance with ASTM A 975. 12 Table 1. Minimum Panel-to-Panel Connection Stren�th tion 13 14 15 16 17 18 19 20 21 22 Gabions Gabion mattresses St 1 700 E. Filler stone. Pr•ovide stone consisting of clean, hard, durable stone that does not contain shale, caliche, or other soft particles. Stone appearing to contain such particles will be tested for soundness. Stone with 5-cycle magnesium sulfate soundness of more than 18 percent when tested in accordance with Tex-411-A will be rejected. Use stones that are between 3 and 8 inches in their least dimension for gabions and between 3 and 6 inches for gabion mattresses. Prevent contamination when storing and handling stone. F. Filter Fabric. Provide Type 2 filter fabric when required in accordance with DMS- 6200. G. Filter Material. Provide filter material when required consisting of hard, durable, clean sand or gravel with a maximum particle size of 3/8 inch. ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 23 2.3 24 2.4 ACCESSORIES [NOT USEDj 25 2.5 SOURCE QUALITY CONTROL 26 27 28 29 A. At the start of construction, the gabion and gabion mattress manufacturer must have a qualified representative available for consultation as needed throughout the gabion and gabion mattress construction. PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXA.MINATION (NOT USED] 32 3.3 PREPARATION 33 A. Foundation Preparation CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CPI'Y PROJECT # 00951 & 00952 313600-4 GABIONS Page 4 oF 6 1 1. 2 3 2. 4 5 6 3. 7 8 9 4. 10 B. Filter Fabric Placement I 1 3.4 INSTALLATION 12 A. Filter Placement 13 1. When filtei• matei•ial is i•equired, spread it uniformly on the prepared foundation 14 surface to the slopes, lines, and grades indicated on the Drawings. Do not place 15 filter material by methods that tend to segregate particle sizes. Repair all damage to 16 the foundation surface that occurs during filter placement before proceeding with 17 the work. 18 2, Compaction of the filter material is not required. Finish the material to present a 19 reasonably even surface without mounds or windrows. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 Excavate the foundation to the extent shown on the Drawings or as directed. Remove all loose ar otherwise unsuitable materials. Carefully back�ll all depressions to grade with suitable materials from adjacent required excavation or another approved source, and compact the backfill to a density at least equal to that of the adjacent foundation. Remove any buried debris pi•otruding from the foundation that will impede the proper installation and final appearance of the gabion or gabion mattress, and carefully bacicfill and compact voids as specified above, Have the City inspect the prepared foundation surface immediately before gabion placement. 1. When filter fabric is required, place it as shown on the Drawings. Any defects, rips, holes, flaws, or damage to tha material may be cause for rejection. 2. Place the matei•ial with the long axis parallel to the centerline of the structure, highway, or dam. Place securing pins in the lapped longitudinal joints, spaced on approximately 10-foot centers. Keep the fabric nnaterial free of tension, stress, folds, wrinlcles, or creases. 3. Lap the material at least 3 feet along the longitudinal joint of material, or lap the joints 1 foot and sew them. Lap the ends of rolls at joints by at least 3 feet 4, Place securing pins through both strips of material at lapped joints at approximately the midpoint of the overlap. Place additional securing pins as necessary to hold filter fabric in position. Store filter fabric out of direct sunlight. 5, Repair torn or punctured fabric by placing a layer of fabric over the damaged area, overlapping at least 3 feet beyond the damaged area in all directions. 6. After placing iilter fabric, cover as soon as possible but within 3 days. C. Unit Placement 36 l. Do not place PVC-coated materials unless the ambient teznperature and the 37 temperature of the coated wire are at least 15 degrees Fahrenheit above the 38 brittleness temperature of the PVC. 39 D. Assembly 40 1. Empty gabion or gabion nnattress units individually, and place them on the 41 approved surface to the lines and grades shown on the Drawings with the sides, 42 ends, and diaphragms erected to ensure that all creases are in the correct position, 43 the tops of all sides are level, and all sides that are to remain exposed are straight 44 and plumb. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2$ Revised July l, 2011 CITY PROJECT # 00951 & 00952 313600-5 GAB IONS Page 5 of 6 1 2. Fill the basket units aftei• transporting them to their final position in the work. 2 E. Ulstallation 3 1. Place the fi•ont row of gabion or gabion mattress units first and successively 4 construct units toward the top of the slope or the back of the structure. Place the 5 initial line of basket units on the prepared surface, and partially fill them to pr•ovide 6 anchorage against deformation and displacement during subseguent filling 7 operatrons. 8 2. Sti•etch and hold empty basket units as necessary to remove kinks and provide a 9 uniform alignment. Before filling, connect all adjoining empty gabion or gabion 10 mattress units with lacing, wir•e spiral binders, or approved fasteners along the 11 perimeter of their contact surface to obtain a monolithic structure. 12 3. If lacing wire is used, provide continuous stitching with alternating single and 13 double loops at intei-vals of no more than 5 inches. Fasten all lacing wire terminals 14 securely. 15 4. Provide connections meeting the required joint strength requirements. These 16 requirements apply to all connections including attachment of end panels, 17 diaphragms, and ]ids. 18 5. Join twisted wire baskets through selvage-to-selvage or selvage-to-edge wire 19 connection; do not use mesh-to-mesh or selvage-to-mesh wire connection except 20 where baskets are offset or stacked, in which case join each mesh opening where 21 mesh wire meets selvage or• edge wire. 22 23 24 25 26 27 28 29 6. Carefully fill the basket units with stone. Use hand placement to avoid damaging wire coating, to ensure as few voids as possible between the stones, and to maintain alignment. Machine placement of stone will be allowed if appraved by the Engineer. Correct excessive deformation and bulging of the mesh before further filling. To avoid localized deformation, fill the basket units in a row in stages consisting of maximum 12-inch courses; do not at any time fill a cell to a depth exceeding 1 foot more than its adjoining cell. 7. Do not drop stones into the basket units from a height greater than 36 inches 30 8. For gabion units more than 2 foot high, place 2 uniformly spaced internal 31 connecting wires between each stone layer in all front and side gabion units, 32 connecting the back and the front faces of the compartments. Loop connecting 33 wires or preformed stiffeners around 2 twisted wire-mesh openings or a welded 34 wire joint at each basket face, and securely twist the wire terminals to prevent 35 loosening. 36 9. Carefully place the outer layer of stone and arrange it by hand to ensure a neat and 37 compact appearance along all exposed faces. Overfill the last layer of stone 38 unifoi�rnly by 1 to 2 inches for gabions and 1 inch for gabion mattresses to 39 compensate for future settlement in rock while still allowing for the proper closing 40 of the lid and providing an even surface with a uniform appearance. 41 10. Make final adjustments for compaction and surface tolerance by hand. Stretch lids 42 tight over the stone iill, using an approved lid-closing tool, until the lid meets the 43 perimeter edges of the front and end panels. Do not use crowbars or other single- 44 point leverage bars for lid closing. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 313600-6 GAB IONS Page 6 of 6 1 11, Close the lid tightly along all edges, ends, and internal-cell diaphragms with spiral 2 binders or lacing wire or with other wire fasteners if approved. Ensure that all 3 projections or wire ends are turned into the baskets, Cut the basket unit and fold and 4 wire it together to suit site conditions as shown on the Drawings, when directed, or 5 where a complete gabion or gabion mattress unit cannot be installed because of 6 space limitations. 7 12. Fold the mesh bacic and neatly wire it to an adjacent baslcet face. Cornplete the 8 assembling, installation, filling, lid closing, and lacing of the reshaped gabion or 9 gabion mattress units in accordance with this Section. 10 3.5 REPAIl2 [NOT USED] I i 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT US�D] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CL�ANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT US�D] I 8 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 22 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 O1 17 - 1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 4 35 36 37 1 2 3 PART1- GEN�RAL 4 1.1 SUMMARY SECTION 32 O1 17 PERMANENT ASPHALT PAVING REPAIR A. Section includes flexible pavement repair to include but not limited to: 1. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.). 2. Warranty woi•k. 3. Repairs of damage caused by CONTRACTOR. 4. Any permanent asphalt pavement repair needed during the course of const�•uction. B. Deviations from City of Fort Worth Standards, 1. None. 5 6 7 8 9 10 11 C. Related Specification Sections include but are not necessarily limited to 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1— General Requirements. 3. Section 03 34 16 — Concrete Base Material for Trench Repair. 4. Section 32 13 13 — Concrete Paving. 5. Section 32 12 16 — Asphalt Paving. 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Back�ll. 12 13 14 15 16 17 18 19 20 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement: a. Asphalt Pavement Repair: measure by the linear foot based on de�ned width and roadway classification specified per detail. b. Asphalt Pavement Repair Beyond Defined Width; measure by the square yard for asphalt pavement repair beyond the pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified per detail. c. Extra Width Asphalt Pavement Repair: measure by the square yard for surface repair (does not include base repair) by the specified thickness. 2. Payment: contract unit price bid for the work performed and all materials furnished. REF�RENCES [NOT USED] 21 22 23 24 25 26 27 28 29 30 31 1.3 32 A. De�nitions 33 1. H.M.A,C. — Hot Mix Asphalt Concrete 34 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLJNCIL DISTRTCT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMBNTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 1 2 3 4 5 6 7 8 9 10 32 01 l7 - 2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 4 2. The Transportation and Public Works Department will inspect the paving repair after construction. 1.5 SUBMITTALS [NOT USED] 1.G ACTION SUBMITTALSlINFORMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for appi•oval: see Section 32 12 16. 1.7 CLOS�OUT SUBMITTALS [NOT USEll] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSIII2ANCE [NOT USED] 1.11 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 1.12 FIELD CONDITIONS 11 A. Place mixture when the roadway surface temperat�.u•e is 45 degrees F or higher and 12 rising unless otherwise approved. 13 1.13 WARI2ANTY [NOT USED] 14 PART 2 - PRODUCTS I S 2.1 OWN�R-FTJI2NISHED [NOT USED] 16 2.2 MATERIALS 17 A. Backfill: see Section 33 OS 10. 18 B. Base Material 19 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 20 2. Concrete Base: See Section 32 13 13. 21 C. Asphalt Paving: see Section 32 12 16. 22 1. H.M.A.C, paving: Type D. 23 2.3 ACCESSORYES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PR�PARATION A. Surface Preparation: 1. Mark pavement cut for repairs for approval by the City, 2. CONTRACTOR and City meet prior to saw cutting to confirm limits of repairs. CITX OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DTSTRICT 2 STANbARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 3201 17 -3 PERMANENT ASPHALT PAVING REPAII2 Page 3 of 4 1 3.4 INSTALLATION 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 3.S A. General: 1. Equipment a. Use machine intended for cutting pavement. b. Milling machines may be used as long as straight edge is maintained. 2. Repairs: In true and straight lines to dimensions shown on the plans, 3. Utility Cuts: a. In a true and straight line on both sides of the trench. b. Minimurn of 12 inches outside the trench walls. c. If the existing f7exible pavement is 2 feet or less between the lip of the existing gutter and the edge of the trench repair, remove the existing paving to such gutter. 4. Limit dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal: 1. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base: Install replacement base material per detail.. D. Asphalt Paving l. H.M.A.0 placement: in accordance with Section 32 12 16. 2. Type D surface mix. 3. Depth: per detail. 4. Place surface mix in lifts not to exceed three inches. 5. Last or top lift shall not be less than two inches thick. [I2�PAIl2]/[RESTORATION] [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FI�LD QUALITY CONTROL (NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 31 32 33 34 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION Revision Log CITY OF FORT WORTH 2O0� CRTT[CAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT � 00951 & 00952 32 01 17 - 4 PEIZMANENT ASPHALT PAVING REPAIR Page 4 of 4 DATE I NAME � SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 32 01 IA - 1 TEMPORARY ASPHALT PAVING REPAIR Page i of 3 1 2 3 PART1- G�NERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 l9 20 1.2 21 22 23 24 25 26 F1 : SECTION 32 01 18 TEMPORARY ASPHALT PAVING REPAIR Section Includes l. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for total reconstruction under a Capital Improvement Program or resurfacing under a Streat Maintenance Program, 2. Repairs of damage caused by CONTRACTOR. 3. Any other temporary pavement repair needed during the course of construction. Deviations fi•om City of Fort Worth Standards. 1. None. C. Related Speci�cation Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2, Division 1- General Requirements. 3. Section 32 11 23 - Flexible Base Courses. 4. Section 32 12 16 - Asphalt Paving. 5. Section 33 OS 10 - Utility Trench Excavation, Embedment and Backfill. PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement: a. Temporary Asphalt Paving Repair; measure by the linear foot. 2. Payment: Contract unit price bid for the work performed and all materials furnished. No payment for repairs of damage to adjacent pavement caused by Contractor. 27 1.3 REFERENCES 28 A. Definitions 29 1. H.M.A.C. — Hot Mix Asphalt Concrete 30 1.4 ADMINISTRATIVE R�QUII2EM�NTS 31 A. Permitting 32 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 33 and Public Works Department in conformance with current ordinances. 34 2. The Transportation and Public Works Department will inspect the paving repair 35 after construction. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PRO7ECT # 00951 & 00952 32 O1 18 - 2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 7 2 1.5 SUBMITTALS [NOT USED] 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16, 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT US�D] 6 1.9 QUALITY ASSUI2ANCE [NOT US�D] 7 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 8 1.11 FI�LD CONDITIONS 9 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees 10 F or higher and rising unless otherwise approved, 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISAED [NOT USED] 14 2.2 MAT�RIALS 15 16 17 18 19 20 21 22 A. Backfill: see Section 33 OS 10. B. Base Material: 1. Flexible Base: Use existing base and add new flexible base as required in accordance with Section 32 11 23. C. Asphalt Concrete: See Section 32 12 16. 1. H.M.A.C. paving: Type D. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT US�D] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 IN5TALLATTON 28 A. Removal: 29 1. Use an approved method that produces a neat edge. 30 2. Use care to prevent fracturing existing pavement structure adjacent to the repair 31 area. CITX OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 O1 18 -3 TEMPORARY ASPHALT PAVING R6PAIR Page 3 of 3 i 1 B. Base 2 1. Install flexible base material per detail. 3 2, See Section 32 11 23. 4 C. Apshalt Paving 5 1. H.M,A.C. placement: in accordance with Section 32 12 16. 6 2. Type D surface mix. 7 3.5 [R�PAIR]/[RESTORATION] [NOT USED] 8 3.6 RE-INSTALLATION [NOT US�D] 9 3.7 FI�LD QUALITY CONTROL [NOT USED] 10 3.8 SYST�M STARTUP [NOT USED) 11 3.9 ADJUSTING [NOT US�D] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] I S 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTAC�-IMENTS [NOT USED] 17 18 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 320129-1 CONCRETE PAVING REPAIR Page 1 of 4 1 2 3 PARTl- G�NERAL 4 1.1 SUMMARY S�CTION 32 0129 CONCRETE i'AVING REPAIlZ 5 A, Section includes concrete pavement repaix to include but not limited to: 6 1. Utility cuts (water, sanitary sewer, drainage, etc.). 7 2. Warranty work. 8 3. Repairs of damage caused by CONTRACTOR. 9 4. Any other concrete pavement repair needed during the course of conshliction. 10 B. Deviations from City of Fort Worth Standards 11 1. None. 12 13 14 15 16 17 18 19 20 1.2 21 22 23 24 25 26 27 28 29 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 Ol 18 - Temporary Asphalt Paving Repair. 4. Section 32 12 16 - Asphalt Paving. 5. Section 32 13 13 - Concrete Paving. 6. Section 33 OS 10 - Utility Trench Excavation, Embedment and Back�ll. PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: l. Measurement: a. Concrete Pavement Repair; measure by the square yard per thickness and type. a) Limits of repair based on the time of service of the existing pavement as determined by ENGINEER. (1) 10 years or less: repair entire panel. (2) Greater than 10 years: repair to limits per plans. 2. Payment: contract unit price bid for the work performed and all materials including base material 30 1.3 REFERENCES [NOT USED] 31 1.4 ADMINISTRATIVE REQUTREMENTS 32 A. Permitting: 33 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 34 and Public Works Department in confo�mance with current ordinances. 35 2. Transportation and Public Works Department will inspect paving repair after 3 � construction. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRCICTTON SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 201 I CITY PROJECT # 00951 & 00952 320129-2 CONCRETE PAVING REPAIR Page 2 of 4 1 � 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Concrete Mix Design; submit for approval, Section 32 13 13. 4 1.'7 CLOS�OUT SUBMITTALS [NOT USED] 5 1.8 MA.INTENANC� MAT�RIAL SUBMITTALS [NOT US�D) 6 1.9 QUALITY ASSURANC� [NOT US�D) 7 1.10 DELTVERY, STORAG�, AND HANDLING [NOT USED] 8 l.11 FI�LD CONDITIONS 9 A. Weather Conditions; Place concrete as specified in Section 32 13 13. 10 1.12 WAI2RANTY [NOT US�D] 11 PART 2 - PRODUCTS 12 2,1 OWN�R-FURNISHED PRODUCTS [NOT USED] 13 2.2 MAT�RIALS 14 A, Embedment and Backfill: see Section 33 OS 10, 15 B, Base material: Concrete base; see Section 32 13 13. 16 C. Concrete: see Section 32 13 13. 17 1. Concrete paving: Class P or Class HES. 18 2. Replace concrete to the specified thicicness. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALTTY CONTROL [NOT US�D] 21 PART 3 - EXECUTION 22 23 24 25 26 27 28 29 30 31 3.1 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge of one repair to the edge of a second repair. B. If the cut is to be covered, use steel plates of sufficient strength and thicicness to support tt•affic. l. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate to the existing pavement to create a smooth riding surface. a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CTTY PROJECT # 00951 & 00952 320129-3 CONCRETE PAVING REPAIIt Page 3 of 4 1 2 3.4 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 C. Surface Preparation: mark pavement cut repaiis for approval by the City. INSTALLATION A. Sawing: 1. General: a, Saw cut perpendicular to the surface to full pavement depth, b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawing to remove damaged areas. c, Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 2. Sawing equipment: a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or facture concrete adjacent to the repair area, 3. Repairs: In true and straight lines to dimensions shown on the plans. 4. Utiliry Cuts: a. In a true and straight line on both sides of the trench. b. Minimum of 12 inches outside the trench walls. 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. 20 B. Removal: 21 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 22 concrete adjacent to the repair area, 23 C. Base: per detail. 24 D. Concrete Paving: 25 l. Concrete placement: in accordance with Section 32 13 13. 26 2. Reinforce concrete replacement: per detail. 27 3.5 [REPAIR]/[ItESTORATTON] [NOT USEDJ 28 3.G RE-INSTALLATION [NOT I7SED] 29 3.7 FIELD QUALITY CONTROL [NOT USED] 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 33 34 35 36 37 3.10 CLEANiNG [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION (NOT USED] 3.13 MA.INTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROtJP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'I' # 00951 & 00952 32 01 29 - 4 CONCRETE PAVING REPAIR Page 4 of 4 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PR07ECT' # 00951 & 00952 321123-1 FLEXIBLE BASE COURSES Page 1 of 7 1 2 3 PART1- G�N�RAL S�CTION 32 11 23 FLEXIBLE BASE COURSES 4 1.1 SUMMARY 5 A. Section Includes 6 1. Foundation course for surface course or for other base course composed of flexible 7 base consti�ucted in one or more courses in conformity with the typical section. 8 9 10 11 12 13 14 1.2 15 16 17 18 19 20 21 22 23 24 25 26 27 1.3 28 29 30 31 32 33 34 35 36 37 38 39 40 41 B. Deviations from City of Fort Worth Standa�•ds 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement: measured by the square yard of the required depth per plan of completed flexible base course by type and gradation. 2. Payment: based on the work performed and materials placed and includes full compensation for: a. preparation and correction of subgrade b. furnishing of material c. hauling d. blading e. sprinkling f. compacting g. and furnishing all labor and equipment necessary to complete the work. REFEI2�NCES A. Definitions 1. RAP — Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specifcation refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is speci�cally cited. 2. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex-104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Piasticity Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of Soils CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCT�ON SPECIFTCATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 1 2 3 4 5 6 e, Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or• Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 7 1.4 ADMINISTRATIV� I2�QUIR�M�NTS [NOT US�D] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.'1 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTrNANC� MAT�RIAL SUBMITTALS [NOT US�D] 12 13 14 15 1.9 QUALITY ASSURANC� [NOT US�D] 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] l.11 rIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 2.1 OWNER-FURNISHED PRODUCTS [NOT US�D] 18 19 20 21 22 23 Za 25 26 27 28 29 30 31 32 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the plans and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table l, unless shown on the plans. CITY OF FORT WORTH 2O07 CRiTICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20I 1 CITY PROJEC"I' # 00951 & 00952 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 1 2 3 Material Re uirements Pro er Test Method Grade 1 Gradc 2 Master gradation sieve size % retained 2-1/2 in. — 0 1-3l4 in. 0 0-10 ��gin Tex-I10-E 10-35 — 3/8 in. 3�50 — No.4 45-65 45-75 No.40 70-85 60--85 Li uid limit, % max.' Tex-104-E 35 40 PlastiCi index, max. Tex-106-E 10 12 Wet ball mill, °/a max.2 40 45 Wet ball mill, %max. Tex-116-E increase passing the 20 20 No. 40 sieve Classification 1.0 1.1-2.3 Min. compressive strength3, psi Tex-117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. Determine nlastic index in accordance with Tex-107-E {linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the plans, test material in aecordance with Tex-411-A. 3. Meet both the classifieation and the minimum compressive strength, unless othenvise sho�vn on the plans. 4 5 4. Material Tolerances: 6 a) The City may accept material if no more than 1 of the 5 most recent gradation 7 tests has an individual sieve outside the specified limits of the gradation. 8 b) When target grading is required by the plans, no single failing test may exceed 9 the master grading by more than 5 percentage points on sieves No. 4 and larger 10 or 3 percentage points on sieves smaller than No. 4. 11 c) The City may accept material if no more than 1 of the 5 most recent plasticity 12 index tests is outside the speciiied limit. No single failing test may exceed the 13 allowable limit by more than 2 points. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Table 1 5. Material Types a) Do not use fillers or binders unless approved. b) Furnish the type specified on the pians in accordance with the following: 1) Type A a) Crushed stone produeed and graded from oversize quarried aggregate 2) 3) that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20% RAP by weight unless shown on plans. Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 1 2 3 4 5 6 7 r• c) The City may requii•e separate dedicated stockpiles in order to verify compliance. d) Ci•ushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled matej•ials must be fi•ee from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water fi•ee of industrial wastes and other objectionable matter. 10 2.3 ACCESSORIES [NOT USED) 11 2.4 SOUI2C� QUALITY CONTROL [NOT US�D] 12 PART 3 - �XECUTION 13 3.1 INSTALL�RS [NOT US�D] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PIt�PARATION 16 A. General 17 1. Shape the subgrade or existing base to conform to the typical sections shown on the 18 plans or as directed. 19 2. When new base is required to be mixed with existing base: 20 a. Deliver, place, and spread the new flexible base in the required amount. 21 b. Manipulate and thoroughly mix the new base with existing material to provide 22 a uniforni mixture to the specified depth before shaping. 23 B. Subgrade Compaction 24 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 25 following: 26 a. Proof Rolling 27 1) City Project Representative must be on-site during proof rolling operations. 28 2) Use equipment that will apply sufficient load to identify soft spots that rut 29 or pump. 30 (1) Acceptable equipment includes fully loaded single-axle water truck 31 with a 1500 gallon capacity. 32 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 33 4) Offset each trip by at most 1 tire width. 34 5) If an unstable or non-uniform area is found, correct the area. 35 b. Correct 36 1) Soft spots that rut or pump greater than 3/4 inch. 37 2) Areas that are unstable or non-unifor�n. 38 2. Installation of base material cannot proceed until compacted subgrade approved by 39 the City. 40 3.4 INSTALLATION 41 A, General CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT tl 00951 & 00952 321123-5 FLEXIBLE BASE COURSES E'age 5 of 7 1 1. 2 3 2. 4 5 3. Const��uct each layer unifo2�nly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. Haul approved flexible base in clean, covered trucks. 6 B. Equipment 7 1. Generai: Provide machineiy, tools, and equipment necessary for proper execution 8 of the worlc. 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 2. Rollers: a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specifc types of equipment are required, use equipment that meets the specified requir•ements. 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 specifed equipment if the desired results aY•e not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2, Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the plans, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in two or more courses of equal thickness. 5. Minimum lift depth: 3 inches. 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the iirst course. D. Compaction l. General: a. Compact using density control unless otherwise shown on the plans, b. Multiple lifts are permitted when shown on the plans or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth oF the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling. a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the j•oller. d. Operate rollers at a speed between 2 and 6 mph as directed. e, Rework, recompact, and refinish material tlaat fails to meet or that loses requii•ed moistui•e, density, stability, or finish before the next course is placed or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Pt�oofRolling a) City Project Repl�eseutative must be on-site during proof rolling operations. b) Use equipment that will apply suflicient 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 bacic = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. 3. Tolerances a. Maintain the shape of the course by blading, b. Completed surface shall be smooth and in conformity with the typical sections shown on the plans to the established lines and grades. c, For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing matei•ial. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the CONTRACTOR. 4. Density Control. a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight-blade the surface with a maintainer or subgrade trimmei• to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 46 4. Add small increments of water as needed during rolling. 47 5. Shape and maintain the course and surface in conformity with the typical sections, 48 lines, and grades as shown on the plans or as directed. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUGTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 � 321123-7 FLEXIBLE BASE COURSES Pagc 7 of 7 1 6. In areas where surfacing is to be placed, correct gr•ade deviations gi•eater than 1/4 2 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 3 width of the cross-section. 4 7. Correct by loosening, adding, or removing material. 5 8. Reshape and recompact in accordance with 3.4.C. 6 3.5 [REPAIR]/[RESTORATION] [NOT USED] 7 3.6 RE-TNSTALLATION [NOT USED] 8 3.7 QUALITY CONTROL 9 A. Density Test 10 1. City to measure density of flexible base course. 11 a. Notify City Project Rep3•esentative when flexible base ready foz• density testing. 12 b, Spacing directed by City (1 per block minimum). 13 c. City Project Representative determines location of density testing. 14 3.8 SYST�M STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT US�D] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROT�CTION [NOT USED) 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 22 23 24 25 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT � 00951 & 00952 321129-1 LIME'I'REA'I'�D BASE COURSES Page 1 of 9 2 3 PART1- GEN�RAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 A. Section Includes SECTION 32 11 29 LIME TREATED BASE COURSES 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement; base or subbase courses placed and shall conform to the typical section, lines and grades shown on the plans. B, Deviations from City of Fort Worth Standards 1. None 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0- Bidding Reguirements, Contract Fo�ms, and Conditions of the Contract 15 2. Division 1- General Requirements 16 3. Section 31 23 23 - Fill 17 4. Section 32 11 23 - Flexible Base Courses 18 1.2 PRICE AND PAYMENT PROCEDUR�S 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. Measurement a. Lime. 1) Hydrated Lime a) Slurry: measure by the ton (dry weight) of the hydrated lime used to prepare the slurry at the job site. 2) Commercial Lime Slurry: measure by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 3) Quicklime. a) Dry: measure by the ton (dry weight) of the quicklime. b) Slurry: measured by the ton (dry weight) of the quicklime used to prepare the slurry. b. Lime Treatment. 1) Measure by the square yard of surface area. 2) The dimensions for determining the surface area are established by the widths shown on the plans and the lengths measured at placement. 2. Payment a. Lime: paid for at the unit price bid and full compensation for: 1) furnishing the material 2) all freight involved 3) all unloading, storing, and handling b. Lime Treatment: based on the work performed and placed and includes full compensation for: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321129-2 LIME TREATED BASE COURSES Page 2 of 9 1 2 3 4 5 6 7 1) prepai•ing the roadbed, 2) loosening, pulverizing application of lime, water content in the slurry mixture and the mixing water 3) mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 4) for manipulations t•equired 5) and for all labor, equipment, fuels, tools and incidentals necessary to complete the work. 8 1.3 ItEFEItENC�S 9 A. Definitions 10 1. Hydrated Lime: diy powdered material consisting of calcium hydroxide. 11 2. Commercial Lime Slui•iy: liquid mixture of hydz•ated lime solids and water 12 delivered to a project in slurty foi•m. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of sluriy foi• wet placing. b. Grade S— finely graded quicklime for use only in the preparation of slurry for wet placing, 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 speci�cation, unless a date is specifically cited. 2. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratoty Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) b. D6938, Standat•d Test Method for In-Place Density and Water Content of Soil and Soil-Aggr•egate by Nuclear Methods (Shallow Depth) 3. Texas Department of Transportation (TXDOT): a, Tex-101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring Thickness of Pavement Layer c, Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and Commercial Lime Sluriy 33 1.4 ADMINISTRATIVE REQUIR�MENTS [NOT USED] 34 1.5 ACTION SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOS�OUT SUBMITTALS [NOT USED] 37 1.8 MAINT�NANCE MATERIAL SUBMITTLAS [NOT USED] 38 1.9 QUALITY ASSIJRANCE [NOT USED] 39 40 41 42 43 1.10 DELIVERY AND STORAG� A. Truck Delivered Lime 1. Each truck ticket shall bear the weight of lime measured on certified scales. 2. Submit deliveiy tickets, certified by supplier, that include weight with each bulk delivery of lirne to the site. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 3TANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty 1, 2011 CITY PROJECT # 00951 & 00952 321129-3 LIME TREATED BASE COURSES Page 3 of 9 1 1.11 SITE CONDITIONS 2 A. Start lime application only when the air tempei•ature is at least 35°F and rising or is at 3 least 40°F. Measure temperature in the shade and away from artificial heat. 4 B. Suspend application when the City determines that weather conditions are unsuitable. 5 1.12 WARRANTY [NOT US�D] 6 PART2- PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 MAT�RIALS 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. General 1. Furnish uncontaminated materials of uniform quality that meet the reguirements of the plans and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project matei•ials at any time before compaction. B. Lime 1. Hydrated Lime a. pumpable suspension of solids in water b. solids portion of the mixture when considered as a basis of "solids content," shall consist of principally hydrated lime of a quality and fineness sufficient to meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when speci�ed by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements Total "active" lime content, percent by weight Unhydrated lime content, percent by weight Ca0 "Free Water" content, percent by wei�ht water Table 2 Lime Chemical Re Hydrated Lime 90.0 Min �1�� G�1j� .�L' CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juty 1, 2011 Commercial Lime Quicklime Slurry 87.0 Min 87.0 Min 2007 CRITICAL CAPITAL PROJECT, COLINCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 321129-4 LIME TREATED BASE COURSES Page 4 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 b. Physical Requirements Table 3 Lime Ph sical Re uirements Hydrated Commercial Lime Quicklime Lime Slurr Wet Sieve Requirement, As percentage by Weight Residue: Retained on No. 6 sieve 0.2 Max 0.2 Max S.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 Ma}c 1 The amount total "active" lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0% by wei ht of the originnl uicklime. c. Slurry Grades Table 4 Lime Slurry Grades Minimum Dry Solids Contents b Percenta e of the Slurr Grade 1 31 Grade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 11 26, for the type and grade shown on the plans, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. E. Fill: See Section 31 23 23. 2.3 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 PIZEPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321129-5 LIME TREATED E3ASE COURSES Page 5 of 9 1 2 3 4 5 6 7 a. uniform lime mixture, fi�ee from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth suT•face 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. 8 B. Equipment 9 1. General: Provide machinery, tools, and equipment necessar•y for proper execution 10 of the work. 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 2 3. Rollers: a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the speci�ed 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 eguipment if production rate and quality requirements of the Contract are not met. Storage Facility. Store quicklime and dry hydrated lime in closed, weatherproof containers. 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4. Sluny Equipment. a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the disn•ibutor truck is not equipped with an agitator. 5. Pulverization Equipment. a. Provide pulverization equipment that: 1) cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut, 2) provides a visible indication of the depth of cut at all times, and unifortnly mixes the rnaterials. C. Pulverization. 1. Pulveri�e or scarify existing material after shaping so that 100 percent passes a 2 1/2 inch sieve. 2. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to plan depth. D. Application of Lime. 1. Uniformly apply lime as shown on the plans or as directed. 2. Add lime at the percentage specified in plans. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321129-6 LIME TREA`CED BASE COURSES Page 6 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3. Apply lime only on an area where mixing can be completed during the same working day. 4. Minimize dust and scattering of li�ne by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to trafiic or objectionable to adjacent property owners. 5, Slurry Placement. a. Hydrated Lime 1) Mix Lime with water and apply sliu•ry 2) Apply Type B, commer�cial lime slur�y, with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the plans 4) Make successive passes over a measured sui-face of roadway until the pi•oper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue fot• the Quicklime slurrying procedure uniformly over the length of the roadway. 2) Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these pat�ticles could cause the compacted stabilized material to swell during slaking. E, Mixing. 1. Begin mixing within 6 hours of application of lime. 2. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment, 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a honnogeneous, friable mixture of material and lime is obtained, free from all clods and lumps. 5. Do not mix greater than 1 inch deeper than the stabilizatian depth speciiied. 6. Materials containing plastic clay or other materials that are not readily mixed with lime shall be mixed as thoroughly as possible at the time of lime application, brought to the proper moisture content and sealed with a pneumatic roller. 7. Allow the mixture to cure for 72 hours or as directed by City. 34 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 35 9. Sprinkle the treated materials during the mixing and curing operation to achieve 36 adequate hydration and proper moisture content. 37 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 38 1 l. After mixing, City will sample the mixture at roadway moisture and test in 39 accordance with Tex-101-E, Pa��t III, to determine compliance with the gradation 40 requirements in Table 5. 41 Table 5 42 Gradation Re uirements Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 43 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROdECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 321129-7 LIME TREATED BASE COURSES Page 7 of 9 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3� 38 39 40 41 42 43 44 45 46 47 F. Compaction. 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessaiy to provide optimum moisture content. c. Multiple lifts are permitted when shown on the plans or approved, d. Bring each layer to the moisture content directed. 2. Rolling a. Begin 1•olling longitudinally at the sides and proceed toward the center, over•lapping on successive t�•ips by at least one-half the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate roller•s at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. f. Proof roll the lime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must ba on-site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Cot•rect 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 2 � 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. Keep surface of the compacted course moist until covered by other base or pavement. Reworking a Section. a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b, When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 201 I C1TY PROJECT # 00951 & 00952 321129-8 LIME TREATED BASE COURSES Page 8 of 9 � 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 a Reworking includes loosening, adding material or removing unacceptable material if necessaiy, mixing as directed, compacting, and finishing. H. Finishing, 2. 3. 4. After completing compaction of the iinal course, clip, skin, or tight-blade the surface of the lime-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tii•e i•oller until a smooth surface is attained, Add small amounts of watei• as needed during i•olling. 5, Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the plans or as directed. I. Curing. 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Conerete 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: 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per squaz•e yard. 2) Do not allow equipment on the �nished course during curing. Table 6 Minimum Curin Re uirements Before Placin Subse uent Courses� Untreaied Material Curin Da s 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. 2. Begin paving operations or add courses within 14 calendar days of final compaction. 28 3.5 [REPAIR]/[RESTORATION] [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 QUALITY CONTROL 31 A. Density Test 32 1. City Project Representative must be on site during density testing 33 2. City to measure density of lime treated base course in accordance with ASTM 34 D693 8. 35 36 37 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test 38 1. In-place depth will be evaluated far each 500-foot roadway section CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COiTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PR07ECT # 00951 & 00952 321129-9 LIME TREATED BASE COURSES Page 9 of 9 1 2 3 4 5 6 7 8 9 10 2. Determine in accordance with Tex-140-E in hand excavated holes. 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 4. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOS�OUT ACTIVITI�S [NOT USEDJ 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE (NOT US�D] 3.14 ATTACHMENTS [NOT USED] � 12 13 �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT � 00951 & 00952 321216-I ASPHALT PAVING Page 1 of 23 � 3 PART1- GENERAL S�CTION 32 12 16 ASPHALT PAVING 4 1.1 SUMMARY 5 A. Construct a pavement layer composed of a compacted, dense-graded mixture of 6 aggregate and asphalt bindei• for surface or base courses. 7 B. Standard Detail 8 1. H.M.A.C. Pavement Construction Details 9 10 ll 12 13 14 15 1.2 C. Deviations from City of Fort Worth Standards 1. None D. Related Speci�cation Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditio�ls of the Contract 2. Division 1- General Requirements 3. Section 32 O1 17 - Permanent Asphalt Paving Repair PRIC� AND PAYMENT PROCEDURES 16 A. Measurement aud Payment 17 1. Measurement 18 a. Asphalt Pavement: measure by the square yard of completed and accepted 19 asphalt pavement in its final position for various thicknesses and types. 20 b. H.M.A.C. Transition: measure by the ton of composite hot mix. 21 c. Asphalt Base Course: measure by the square yard of completed and accepted in 22 its final position for various thicknesses. 23 d. H.M.A.C. Pavement Level Up: measure by the ton of completed and accepted 24 in its final position. 25 e. H.M.A,C. Speed Cushion: measure by each completed and accepted in its iinal 26 position. 27 2. Payment: Based on the work performed and all materials furnished and subsidiary 28 work and materials include: 29 a. shaping and fne grading the roadbed 30 b. furnishing, loading and unloading, storing, hauling and handling all materials 31 including all fi�eight and royalty 32 c. traffic control for all testing 33 d, asphalt, aggregate, and additive 34 e. materials and work needed for corrective action, 35 f. equipment, labor, tools 36 g. trial batches, 37 h. tack coat, 38 i. removal and/or sweeping excess material. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 32 12 16 - 2 ASPHALT PAVING Page 2 of 23 2 3 4 5 6 7 8 9 l0 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1.3 It�FEIt�NCES A, Abbreviations and Acronyms 1. RAP (reclaimed asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bihiminous Rated Soui•ce Quality Catalog) 4, AQMP (Aggregate Quality Monitoring Program) 5. H.M,A.C. (Hot Mix Asphalt Concrete) 6. WIv1A (Warm Mix Asphalt) B. Reference Standards l. 2. 3. 4. 5. 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. National Institute of Standards and Technology (NIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer American Association of State Highway and Transportation Officials a. MP2 Standard Speci�cation for Supeipave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt (HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary V iscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer £ TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Aspl�alt Binder Using the Bending Beam Rheometer (BBR) Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates £ Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical M�imurn Specific Gravity of Bituminous Mixtures 1. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal pro�le of Hot Mix Asphait n. Tex 280-F, Determination of Flat and Elongated Particles CPI'Y OF FORT WORTH 2O07 GRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 32 12 16 - 3 ASPHALT PAVING Page 3 of 23 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 1.4 o. Tex 406-A, Material Finer Tha�i 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impuz•ities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. TeY-540-C, Measurement of Polymer Separ•ation on Heating in Modified Asphalt Systems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems ADMINISTRATIV� REQUIREMENTS [NOT USED] l 7 1.5 ACTION SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. 20 1.'7 CLOSEOUT SUBMITTALS [NOT US�D] 21 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT US�D] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 24 1.11 I�'IELD CONDITIONS 25 A. Weather Conditions 26 1. Place mixture when the �•oadway surface temperature is equal to or higher than the 2� temperatures listed in Table l. 28 Table 1 29 Minimum Pavement Surface Tem eratures Minimum Pavement Surface Temperatures in De�rees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Grade PG64 or lower 45 PG 70 55' PG 76 or hi�her 60� CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised July 1, 2011 � .1 .1 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 32 l2 16-4 ASPHALT PAVING Page 4 of 23 1 2 3 4 5 6 7 8 9 10 11 1'Contractors may pave at temperatures 10°F lower than the values shown in Table 1 when utilizing a paving process including W1VIA or equipment that eliminates thermal segregation. In such cases, the contr•actor must use either a hand held thermal camera or a hand held infi•ared thermometer operated in accordance with Tex-244-F to demonst�•ate to the satisfaction of the City that the uncompacted mat has no more than 10° F of thermal segregation. 2. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the City. 12 1.12 WARIZANTY (NOT US�D) 13 PART 2 - PRODUCTS 14 2.1 OWNER-FURNISH�D PRODUCTS [NOT USED] 15 2.2 MAT�RIALS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. General: 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Notify the City of all material sources. 3. Notify the City before changing any material source or formulation. 4. When the CONTRACTOR makes a source or formulation change, the City will verify that the requirements of this specification are met and may require a new laboratory mixture design, trial batch, or both. 5. The City may sample and test project inaterials at any time during the pt•oject to verify compliance. 6. The depth of the compacted lift should be at least two tirnes the nominal maximum aggregate size, B. Aggregate. 1. General: a. Furnish aggregates from sources that conform to the requirements shown in Table l, and as specified in this Section, unless otherwise shown on the plans. b. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. c. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required ta meet Table 2 requirements unless otherwise shown on the plans. e. Supply mechanically crushed gravel or stone aggregates that meet the de�nitions in Tex 100 E. £ Samples must be from materials produced for the project, g, The City will establish the sur•face aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests, h. Perform all other aggregate quality tests listed in Table 2. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL D1STRlCT 2 STANDAFtD CONSTRUCTION SPECIFICATION DOCUMENTS GROiTP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 321216-5 ASPHALT PAVING Page 5 of 23 1 i. Document all test results on the mixture design report. 2 j. The City may perform tests on independent or split samples io verify 3 CONTRACTOR test results. 4 k. Stockpile aggregates for each source and type separately and designate for the 5 City. 6 l, Determine aggl•egate gradations for mixture design and production testing 7 based on the washed sieve analysis given in Tex 200 F, Part II. 8 Table 2 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 A re ate Quali Re uiremeuts Pro er Test Method Re uirement Coarse A re ate SAC AQMP As shown on lans Deleterious material, ercent, max Tex-217-F, Part I 1,5 Decantation, ercent, max Tex-217-F, Pai�t II 1.5 Micro-Deval abrasion, ercent, max Tex-461-A Note 1 Los An eles abrasion, ercent, max Tex-410-A 40 Magnesium sulfate soundness, 5 c cles, ercent, max Tex-411-A 30 Coarse aggregate angularity, 2 crushed faces, 3 ercent, min Tex 460-A, Part I 85 Flat and elon ated articles 5:1, ercent, max Tex-280-F 10 Fine A re ate Linear shrinka e, ercent, max Tex-107-E 3 Combined A re ate Sand e uivalent, ercent, min Tex-203-F 45 1. Not used ior aceeptance purposes. Used by the City as an indicator ofthe need tor further investigatlon. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. m. Coarse Aggregate. 1) Coarse aggregate stockpiles must have no more than 20 percent material passing the No. 8 sieve. ' 2) Maximum aggregate size should not be over half of the proposed lift depth to pz•event particle on particle contact issues. 3) Provide aggregates from sources listed in the BRSQC. 4) Provide aggregate from nonlisted sources only when tested by the City and/or approved before use. 5) Allow 30 calendar days for the City to sample, test, and report results for nonlisted sources. 6) Class B aggregate meeting all other requirements in Table 2 may be blended with a Class A aggregate in order to nneet requirements for Class A materials. 7) When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50 percent by weight of the material r•etained on the No. 4 sieve comes from the Class A aggregate source. 8) Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. 9) When blending, do not use Class C or D aggregates. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROTJP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT #1 00951 & 00952 321216-6 ASPHALT PAVING Page 6 of 23 1 10) For blending purposes, coarse aggregate fi•om RAP will be considered as 2 Class B aggregate. 3 11) Provide coarse aggregate witll at least the minimum SAC shown on the 4 plans. 5 12) SAC requirements apply only to aggregates used on the sui-face of travel 6 lanes, unless otherwise shown on the plans. 7 n, RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 8 1) No RAP permitted foi• TYPE D H.M.A.C. 9 2) Use no more than 20 percent RAP on TYPE B H,M.A.C, unless otherwise 10 shown on the plans. 11 3) Crush or break RAP so that 100 percent of the pai•ticles pass the 2 inch 12 sieve. 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 � 4) RA.P from either CONTRACTOR or City, including R�1P generated during the project, is permitted only when shown on the plans. 5) City-owned RAP, if allowed for use, wi11 be available at the location shown on the plans. 6) When RAP is used, determine asphalt content and gradation for mixture design purposes. 7) Perform other tests on RAP when shown on the plans. 8) When RAP is allowed by plan note, use no more than 30 percent RA.P in Type A or B mixtures unless otherwise shown on the plans. 9) Do not use RA.P contaminated with dirt or otlier objectionable materials. 10) Do not use the RAP if the decantation value exceeds 5 percent and the plasticity index is greater than 8. 11) Test the stockpiled RAP for decantation in accordance with the laboratoiy method given in Tex-406-A, Part I. 12) Detei•nline the plasticity index using Tex-106-E if the decantation value exceeds Spercent, 13) The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 14) Do not intermingle CONTRACTOR-owned RAP stockpiles with City- owned RAP stockpiles. 15) Remove unused CONTRACTOR-owned RAP material from the project site upon completion of the project. 16) Return unused City-owned RAP to the designated stockpile location. Fine Aggregate. 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 3) Supply �ne aggregates that are free from organic impurities, 4) The City may test the �ine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. 5) At most 15 percent of the total aggregate may be field sand or other uncrushed �ne aggregate. 6) With the exception of field sand, use fine aggregate fi•om coarse aggregate sources that meet the requirements shown in Table 2, unless otherwise approved. 7) If 10 percent or more of the stockpile is retained on the No, 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321216-7 ASPHALT PAVING Page 7 of 23 Gradation Sieve Size 3/8" #8 #200 Table 3 quirements for Fine A�gt•egat percent Passing by Weight or Volume 100 70--100 0-30 2 2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as 3 agricultural lime, crusher �nes, hydrated lime, cement, or fly ash. Mineral filler is 4 allowed unless otherwise shown on the plans. Do not use more than 2 percent 5 hydrated lime or cement, unless otherwise shown on the plans. The plans may 6 require or disallow specific mineral iillers. When used, provide mineral filler that: 7 a. is sufficiently dry, free-flowing, and free from clumps and foreign matter; 8 b. does not exceed 3 percent linear shrinkage when tested in accordance with 9 Tex-107-E; and meets the gradation requirements in Table 4. m Table 4 11 Gradation Re uirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 12 13 3. Baghouse Fines, Fines collected by the baghouse or other dust-collecting equipinent 14 may be reintroduced into the mixing drum. 15 4. Asphalt Binder. Furnish the type and grade of performance-graded (PG) asphalt 16 binder specified as follows: 17 a. Performance-Graded Binders. PG binders must be smooth and homogeneous, 18 show no separation when tested in accordance with Tex-540-C, and meet 19 Table 5 requirements. CITY OF �ORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 � 'U' M �zw 0 ;� i' Cq `� �. r N M� a x a � � d ,� 'u � � � � h � U ❑ CV � �.. w }. d a N � � n N � (7 N � /� N oN0 � oNo � � v � � �D o i � '� � M ^ M O � ni � /� N � � h � � V N � � /� N � � ^ �O O � ,� M h M � cct s.. � � � v O N �/� N o .-, O �n C�S C�% N v ' M C� � � � � N � � N � N � � L � � � � � ^ � a , H ' A W M n M � � O ' � � � N �' n N �j. o W � � �:i � � � V a � ...y N /� N Fr� � 0 H � i � I � � n .-� ' a � � ^ o Ra�'. m � � � N v n N vooi I o0 Qt N /� N � o � ° � q ° ai �o .� ai '� y p, � a�i O � � � rn y �n .0 'd � � f�, Z� N�' �" R• � s�-� O � t��• / a�i � � � p `� �' .� p � N O �--� ,� �i � �--� N v, Ei � � � ` `� � � � �j � N � �, � r-, �-'� � �o , .-, a� � ?� � �' `� � � Q rr `�' � � �"' N N X E'� E- �+ �" -� 't7 � � cv � � �; � /w r�. y � o p H M � �� i�. � N �� t�. o� � � .� �m � � � ° N � � � V� v� a-� � y V Vi �-+ a w� � ° •�� � ; � ° '�`* i � a, .� �� � C7 H N �� C7 H > � � � � �, cv � at �, <C .°�' � W ✓ �1 W � � Q N pa N F.N`n U�o Ca � rn ��o � N � P. F' �U O�� o � a U a � � � Q H � U n 0 N z � � O A z O d U � W a � O � H� cG � 0�--� F,ON �U,� o �, w � w � �O�� y N ��a ��rn ay C. �Zy �G b �oN �z F- 7� H °z � trori n � a H O O C �ry � n "C OOO (7 � � ro �a o� 0 �� R� � 0 � N CO � O h7 M � a ° x N O n � n na ^O �" � C�7 �,-�-I O � n C7 � � � N .fl C � � � � � < d c` � � G � � C � � rn � � a 5' Q' � � N rn v, '* a w H�.+ ^ ti ta � a �. . � cn � �, a � C N � -�3 n � � � N M �' � N N n O '� � � ��.y'up1 � � y �• c "�+ � � n `c a, � N � N " � n � � o' v`'', o � � N � � � �� �� � �� �� � �b � �o � �'a� W (�D � � ~ G � w � E oN��.��Q��w. .^. �N � N O � N � � W� C',.� O p� CL � � �'a �,,, o `�' �o a' �,s � ��' �. o- � � �' �o � �' � X. ^ Ci � cn � Q' w o' � ��,, �� � a�a� �' � �G �'. Oc ,�, '�A, � y � � b a� � n o � � •�"-• `� � G q b � a, � �,' w M� �� y �' ��-s � � � � � y .�-� ry � � � � � � �. C. c"o " E; C v� � +� a � a. c�'c � w � � �=n � A, � � � � c „�� o � ^ � � io '''�o� b � �' �" � w � �. rNi � � N � � M < � M C � �y � �' n C � � p � e� N � y � (D Q� Vf x �n �'• '�t' O Ry � �-,'' rn py a� � o o � co �� � � -� � o Q, N• � � x � � �,' `° a 5' a' �' � � "'�• V'• �' N �- w o � �' � � � �,.,'. � �� �� ��: � �b �a �� o � �' � '� ti o � �+, , � c � z � � � a a � J" c��o o, w x J� c�c � � � � � � c c�'o � �� � � � P; c� A� �i � C � � � � ,��-r � �� �y � � ao �. `� `� � � � � �b � � w G o" b. �. �' � � ,d � � n. 5ry n, � �. �a o� 3V'" � °* CD � � '� y w c� � x. N �' N w � � ^+a MC1. O �" ]� � � �• a ti o � .� �' n Q' � '� �' � o � Y' N � � � o � o �'+ � c c�o � "1 � (Y N � o � n o a �, �,� ��o � � Gt w co �'. � " o' � v� N C � y M �-fDi � in' &', <v w p: � P � � N N t�ii � � � w � N ti � N � Q' � � � N � • �-n a � °, ,=3 o v�, -�.x `" a -+ y �, � � � �' N a c 'q [L Gy �. N O � � � ,� " N O UQ 'O � a: w � v � o "� � m � � y '� N N 0 � �� a �� � � O ro N a ro N � d � d 9 w � � � C � � t�y�j r' „'3 � � � � � � w cu . N �-y r�i� -7E ro � � � .'�- ��-t p�j P ~'A �' N � � "'i � (D �_t �'. N � X � CD L7 �-�' (t4 O � b � � � �° �,, � ,� �,�a. � � :; -�i w '� n � � � CD � � c w�' �� w p�� W w W co N w � rn � �' c�o � � W � � � � �' �y � C• � rn W W .� � Vl � �"j N \�'/ � OQ P \�'J Q •� 0 0 � n � � � O O O �. � w b � � � n � w � � � � V ° n R. . '* C) • � � � C'y' O n v � � w � �, �, N N y N N v' N C � N tro � :� N ''d N G� � � � N � � (l� � d� � � � � ia � � � � � � � i i N � � rn rn � � rn �' H a i ' N G� N wN N � C N � C7 tr1 � � � N CI� N A � � � N � � � r , , , ; � � `a y � �o �. 0 0� O� oNo �j � 'd � � � � G � O n K �-+ r-� N �" N o N N � o � N�� � o � � 0 � � � N � � � �e � � � � N N '"'' i'a � 'Cy ,A ,A, �O �A O G G' i � N � n. rn rn oo rn � �.�, i i N i � � � N b N N � N � v � � .' , �+ N N o� � 00 0o N Oo J''7" � � � � � � �a� o� o�o : . rn aa � � �. � � N N �i i o N N v' N pp � N � a. .C.� r-• r-� N N y 00 60 N 00 b m '�'y � Z � y � � �D 7 y y � y a W C" � � n O � � C � i�. � � b �,,,� :).1 � ro N ,� a �� � �� �n w 4� � 32 12 16- 10 ASPHALT PAVING Page ] 0 of 23 2 b. Separation testing is not required if: 3 1) a modi�er is introduced separately at the mix plant either by injection in the 4 asphalt line or mixer, 5 2) the binder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples taken fro�n an in-line sampling port at 7 the hot mix plant after the addition of modiiiers. 8 5. Tack Coat: 9 a. Unless otherwise shown on the plans or approved, furnish CSS-1H, SS-1H, or a 10 PG binder with a mi�iimum high-temperature grade of PG 58 for tack coat 11 binder in accordance with Section 2.2.A.5. 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 2'I 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 6. Additives. a. General: 1) When shown on the pla�is, use the type and rate of additive specified. 2) Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. b. Liquid Antistripping Agent, 1) Furnish and incorporate all required asphalt antistripping agents in asphalt concrete paving mixtures and asphalt-stabilized base mixtures to meet moisture resistance testing requirements. 2) Provide a liquid antistripping agent that is uniform and shows no evidence of crystallization, settling, or separation. 3) Ensure that all liquid antistripping agents arrive in: a) properly labeled and unopened containers, as shzpped from the manufacturer, or b) sealed tank trucks with an invoice to show contents and quantities. c) Provide product information to the City including: (1) Material safety data sheet (2) Specific gravity of the agent at the manufactui•er's recommended addition temperature, (3) Manufacturer's recommended dosage range, and (4) Handling and storage instructions. 4) Addition of lime or a liquid antistripping agent at the Mix Plant, incorporate into the binder as follows: a) Handle in accordance with the manufacturer's recommendations. b) Add at the manufacturer's recommended addition temperature. c) Add into the asphalt line by means of an in-line-metering device. c. Liquid Asphalt Additive Meters. 1) Provide a means to check the accuracy of ineter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gal. or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. 44 7. Mixes 45 a. Design Requirements: 46 1) Unless otherwise shown on the plans, use the typical weight design 47 example given in Tex-204-F, Pai�t I, to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CTTY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201I CITY PROJECT # 00951 & 00952 3212t6-11 ASPI-IALT PAVING Page 1 l of 23 1 2 3 4 5 6 1-1/2" 1" 3/4" 1/2" 3/8" #4 #8 #30 #50 #200 T�ble 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Pro erties Sieve � C D Size Fine Coarse I'ine Base Surface Su7•face 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1. Voids 2) Flu•nish tl�e City with 1•epresentative sarnples of all matei-ials used in the mixture desigu. 3) The City will verify the mixtui•e design. 4) If the design cannot be verified by the City, furnish another mixture design. 98.0-100.0 84.0-98.0 60.0-80.0 �40.0-60.0 29.0-43.0 13.0-28.0 6.0-20.0 2.0-7.0 Design VMA �� 13.0 Plant-Produced � —(_— IZ.o Mineral Aggregates. 95,0-100.0 70.0-85.0 43.0-63.0 32.0-44.0 14.0-28.0 7,0-21.0 2.0-7,0 rcent Minimum �J--�— 14.0 , perce��t Minimum T� 13.0 Table 7 Laborato�y Mixture D� Property Target laboratory-molded density, perce Tensile strength (diy), psi (rnolded to 93 nercent�l nercentdensitv) Properties Test Method Tex-207-F Tex-226�F 98.0-100.0 85.0-100.0 50.0-70.0 35.0-46.0 15.0-29.0 7.0-20.0 2.0-7.0 15.0 14.0 Requirement 96.0' 85-2002 Boil test' � Tex-530-C � — 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the CONTRACTOR's option unless otherwise shown on the plans. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 2'75 degrees �'. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 32 12 16 - 12 ASPHALT PAVING Page 12 of 23 1 � d. When WMA is not required as shown on plans, produce an asphalt mixtw•e within the temperature range of 215 degrees F and 275 degrees 4 2.3 ACCESSORIES [NOT US�D] 5 2.4 SOURC� QUALITY CONTROL [NOT US�DJ 6 PART 3 - �XECUTION 7 3.1 INSTALLERS [NOT USED) 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations I 1 l. Before use, clean all trucic beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds, use a release agent approved ] 3 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind, rain, ternperature or haul distance impacts cooling, insulate truck beds or 16 cover the n•ucic bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 4l 42 A, Equipment. 1. General: a. Provide required or necessary equipment to produce, haul, place, compact, and core asphalt concrete pavement, b. Ensure weighing and measuring equipment complies with speci�cation. c. Synchronize equipment to produce a mixture meeting the required proportions. 2. Production Equipment: a. Provide: 1) drum-mix type, weigh-batch, or modified weigh-batch mixing plants that ensure a uniform, continuous production; 2) automatic proportioning and measuring devices with interlock cut-off circuits that stop operations if the control system malfunctions; 3) visible readouts indicating the weight or volume of asphalt and aggregate proportions; 4) safe and accurate means to take required samples by inspection forces; 5) permanent means to check the output of inetering devices and to perform calibration and weight checks; 6) additive-feed systems to ensure a uniform, continuous material flow in the desired proportion. 3. Weighing and Measuring Equipment. a. General. 1) Provide weighing and measuring equipment for materials measured or proportioned by weight or volume. CITY OP FORT WORTH 2O07 CRl'TICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty I, 2011 CITY PROJECT # 00951 & 00952 32 12 16 - 13 ASPHALT PAViNG Page 13 of 23 1 2) Provide certi�ied scales, scale installations, and measuring ec�uipment 2 meeting the requii•ements of NIST Handbook 44, except that the required 3 accuracy must be 0.4 pei•cent of the material being weighed or measured. 4 3) Furnisli leak-free weighing containez•s large enough to hold a complete 5 batch of the material being measured. 6 b. Truck Scales. 7 1) Fw•nisl� platform trucic scales capable of weighing the entire t�-uck or truck— g trailer combination in a single draft. 9 c. Aggregate Batching Scales. 10 1) Equip scales used foi• weiglting aggregate with a c�uicic adjustment at zei•o I 1 that pi•ovides for any change in tare. 12 2) Provide a visual means that indicates the required weight foi• eacl� 13 14 15 16 17 18 19 20 21 22 23 24 25 26 z� 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 agg�•egate. d. Suspended Hopper. 1) Pr�ovide a means for the addition or the removal of small amounts of material to adjust the quantity to the exact weight per batch. 2) Ensure the scale equipment is level. e. Belt Scales. 1) Use belt scales foi• propoi•tioning aggregate that are accurate to within 1.0 percent based on the average of 3 test runs, where no individual test run exceeds 2.0 percent when checked in accordance with Tex-920-K. £ Asphalt Material Meter. 1) Provide an aspllalt material meter with an aL�tomatic digital display of the volume or weight of asphalt material. 2) Verify the accuracy of the meter in accordance with Tex-921-K. 3) When using the asphalt meter for payment pu�poses, ensure the accuracy of the meter is within 0.4 percent, 4) When used to measure component materials only and not for payment, ensure the accuracy of the metez• is within 1.0 percent. g, Liquid Asphalt Additive Meters. 1) Provide a means to check the accuracy of ineter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gallon or less. 3) Verify accuracy of the meter in accoi•dance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent, 4. Drum-Mix Plants. Provide a mixing plant that complies with the requirements below, a. Aggregate Feed System. 1) Provide: a) a minimum of 1 cold aggregate bin for eaeh stockpile of individual materials used to produce the mix; b) bins designed to prevent overflow of material; c) scalping screens or other approved methods to rernove any oversized material, roots, or other objectionable materials; d) a feed system to ensure a uniform, continuous material flow in the desired propoi�tion to the dryer; e) an integrated means for moisture compensation; fl belt scales, weigh box, or other approved devices to measui•e tl�e weight of the combined aggregate; and CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 12 ib - 14 ASPHALT PAVING Page 14 of 23 1 g) cold aggregate biu flow indicatois that automatically signal interrupted 2 material flow. 3 b. Reclaimed Asphalt Pavement (RAP) Feed System. 4 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 5 c. Mineral Fillet• Feed System. 6 1) Provide a closed system for mineral �Iler that maintains a constant supply 7 with minimal loss of material through the eahaust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and 10 provide a consistent percentage to the mixture. I 1 d. Heating, Drying, and MiYing Systems. 12 1) Provide: 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 e. f. g• a) a dryei• or mixing system to agitate the aggregate during heating; b) a heating system that controls the temperature during production to prevent aggregate and asphalt binder damage; c) a heating system that completely burns fuel and leaves no residue; and d) a recording thermometer that continuously meastu�es and records the mixture discharge temperature, 8) Dust collection system to collect excess dust escaping from the drum. Asphalt Binder Equipment. 1) Supply equipment to heat binder to the required temperature. 2) Equip the heating apparatus with a continuously recording thermometer located at the highest temperature point. 3) Produce a 24 hour chart of the recorded temperature. 4) Place a device with automatic temperature compensation that accurately meters the binder in the line leading to the mixer. 5) Furnish a sampling port on the line between the storage tank and mixer. Supply an additional sampling port between any additive blending device and mixer. Mixture Storage and Discharge. 1) Provide a surge-storage system to minimize interruptions during operations unless otherwise approved. 2) Furnish a gob hopper or other device to minimize segregation in the bin. 3) Provide an automated system that weighs the mixture upon discharge and produces a ticket showing: a) date, b) project identification number, c) plant identification, d) mix identification, e) vehicle identification, � total weight of the load, g) tare weight of the vehicle, � h) weight of mixture in each load, and i) load number or sequential ticket number for the day. Truck Scales. 1) Provide standard platform scales at an approved location. 47 5. Weigh-Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4 48 "Drum-Mix Plants," except as required below. 49 a. Screening and Proportioning. C1TY OF FORT WORTH 2O�7 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROTJP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 12 16 - 15 ASPHALT PAVING Page 15 of 23 1 1) Pr•ovide enough hot bins to sepai•ate the aggregate and to conri•ol 2 propor•tioning of the mixtui•e type specified. 3 a) Suppiy bins that discard excessive and oversized mater•ial through 4 overflow chutes. 5 b) Provide safe access for inspectors to obtain samples fi•om the hot bins. 6 b. Aggregate Weigh Boa and Batching Scales. 7 1) Provide a weigh box and batching scales to hold and weigh a complete 8 batch of aggregate. 9 2) Provide an automatic proportioning systein with low bil� indicators that 10 auton�atically stop �vl�en material level in any bin is not suf�cient to 11 complete the batch. 12 c. Asphalt Binder Measuring System. 13 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 14 for 1 batch. l5 d. Mixer, 16 1) Equipment miae�•s with an adjustable automatic timei• that controls the dry 17 and wet mixing period and locks the discharge doois for the required 18 mixing period. 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section 2,2.B.5. "Weigh-Batch Plants," except as specifically described below. a. Aggregate Feeds, 1) Aggt•egate control is required at the cold feeds. Hot bin screens are not required. , b. Surge Bins. 1) Provide 1 or more bins large enough to pi•oduce 1 complete batch of miYture. c. Hauling Equipment. 1) Provide trucks with enclosed sides to pi•event asphalt mixture loss. 2) Cover each load of mixture with waterproof tarpaulins. 3) Before use, clean all ti•uck beds to ensure tl�e mixture is not contaminated. 4) When necessary, coat the inside truck beds with an approved release agent fi•om the City. d. Placement and Compaction Equipment. 1) Provide equipment that does not damage underlying pavement. 2) Comply with laws and regulations concerning overweight vehicles. 3) When permitted, other equipment that will consistently produce satisfactoiy results may be used. 39 7. Asphalt Paver. 40 a. General: 41 1) Furnish a paver that will produce a finished surface that meets longitudinal 42 and transverse profile, typical section, and placement requirements. 43 2) Ensure the paver does not support the weight of any portion of hauling 44 equipment other than the comiection, 45 3) Provide loading equipment that does not transmit vibrations or other 46 motions to the paver that adversely affect the �nished pavement quality. 47 4) Equip the paver with an automatic, dual, longitudinal-grade control system 48 and an automatic, transverse-grade control system. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCTL DISTItICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 12 16 - 16 ASPHALT PAVING Page I 6 of 23 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 b. Tractor Unit. 1) Supply a tractor unit that can push or propel vel�icles, dumping directly into the finishing machine to obtain the desired lines and grades to eliminate any hand finishing. 2) Equip the unit with a hitch sufficient to maintain contact between the hauling equipment's rear wheels and the finishing machine's pusher rollers while mixture is unloaded. c. Screed. 1) Provide a heated compacting screed that will produce a fnished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Screed extensions must provide the same compacting action and heating as the main unit unless otherwise approved. d. Grade Reference. 1) Pi•ovide a grade reference with enough support that the maximum deflection does not exceed 1/16 inch between supports. 2) Ensure that the longitudinal controls can operate fi•om any longitudinal grade reference including a string line, sl<i, mobile string line, or matching shoes. 3) Furnish paver sl<is or mobile string line at least 40 feet long unless otherwise approved. 8. Material Transfer Devices. a. Provide the specified type of device when shown on the plans. b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt paver. c. When used, provide windrow pick-up equipment constructed to pick up substantially all roadway mixture placed in the windrow. 28 9. Remixing Equipment. 29 a. When required, provide equipment that includes a pug mill, variable piich 30 augers, or variable diameter augers operating under a storage unit with a 31 minimum capacity of 8 tons. 32 10. Motor Grader. 33 a. When allowed, provide a self-propelled gradeY• with a blade length of at least 12 34 feet and a wheelbase of at least 16 feet. 35 36 37 38 39 40 41 42 43 44 45 46 47 48 11. Handheld Infrared Thermometer. a. Provide a handheld infrar•ed thermometer meeting the requirements of Tex-244-F. 12. Rollers. a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the CONTRACTOR may; as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 32 12 16-17 ASPHALT PAVING Page 17 of 23 1 d. City may require CONTRACTOR to substitute equipment if production rate 2 and quality requirements of the Contract are not met. 3 l3. Straightedges and Templates. Furnish 10 foot straightedges and other templates as 4 required or approved. 5 14. Dish�ibutor vehicles. 6 a. Ftu•nish vehicle that can achieve a uniform tack coat placement. 7 b. The nozzle patterns, spray bar height and distribution pressure must work g together• to produce uniform application. 9 c. The vehicle should be set to provide a"double lap" or "triple lap" cove�•age. 10 d. Nozzle spray patterns should be identical to one another along the distributor 11 spi•ay bar. 12 e. Spray bar height should cemain constant. ' 13 f. Pressure within the distributor must be capable of forcing the tacic coat material 14 out of spray nozzles at a constant rate. 1S 16 17 18 19 20 1. Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Section, 21 2. Unless otherwise shown on the plans, pi•ovide the mix design. 22 3. The City will perform quality assurance (QA) testing, 23 4. Provide quality control (QC) testing as needed to meet the requirements of this 24 Section. 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 General. a. The City may suspend production for noncompliance with this Section. b. Take corrective action and obtain appi•oval to proceed after any production suspension foz• noncompliance. Operational Tolerances. a. Stop production if testing indicates tolerances are exceeded on; 1) 3 consecutive tests on any individual sieve, 2) 4 consecutive tests on any of the sieves, or• 3) 2 consecutive tests on asphalt content. ' b. Begin production only when test results or other information indicate, to the satisfaction of the City, that the next mixture produced will be within Table 9 tolerances. 3, Storage and Heating of Materials. a. Do not heat the asphalt binder above the temperatures specified in Section 2.2.A. or outside the manufacturer's recommended values. b, On a daily basis, provide the City with the records of asphalt binder and hot- mix asphalt discharge temperatures in accordance with Table 10. c. Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the rnixture, nor in any case longer than 12 hours. � 15. Coring Equipment. a. When coring is required, provide equipmeut suitable to obtain a pavement specimen meeting the dimensions for testing. B. Construction. C, Production Operations. 1 2 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 32 12 16 - 18 ASPHAi,'I' PAV[NG Page 18 of 23 1 2 3 4 5 6 7 8 9 10 I] 12 13 14 15 16 17 18 19 20 21 22 23 24 4. Miaing and Discha��ge of Materials. a. Notify the City of the target discharge temperature and pr•oduce tlle mi�ture within 25 degrees F of the target. b. Monitor ihe temperature of the material in the truck before shipping to ensure that it does not exceed 350 degrees F. The City will not pay for or allow placement of any mixtui•e produced at more than 350 degrees F. c. Control the mixing time and temperature so tl�at substantially all moisture is removed from the mixture before discharging from the plant. D. Placement Operations. 1. Place the mixture to meet the typical sectiou requirements and produce a smootl�, finished surface or base course with a uniform appearance and texture. 2. Offset longitudinal joints of successive coul•ses of hot mix by at least 6 inches. 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed, Ensure that all finished surfaces will drain pr•operly. 4. When End Dump Trucks are used, ensure the bed does not contact the paver wlien raised. 5. Placement can be performed by hand in situations where the paver cannot place it adequately due to space restrictions, 6. Hand-placing should be minimized to prevent aggregate segregation and surface texture issues. 7. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture witliin the compacted lift thickness shown in Table 9, unless otherwise shown on the plans or allowed. 25 Table 9 26 Com acted Lift Thickness and Re uired Core Hei ht Com acted Lift Thickness Mixture Type Minimum Maximum B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 27 28 29 30 31 32 33 34 35 36 37 38 39 40 9. Tack Coat. a. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the City. b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per square yard of surface area. c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal beam guard fence and structures. e. Roll the tack coat with a pneumatic-tire roller when directed. f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive properties. g. The City may suspend paving operations until there is adequate adhesion. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT k 00951 & 00952 32 12 16-19 ASPHALT PAViNG Page 19 of 23 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 IS 16 17 18 h. The tacic coat should be placed with enougll time to break or set before applying hot mix asphalt layers. i. Traf�c should not be allowed on tack coats, j. When a tacked road stu•face must be opened to n•affic, they should be covered with sand to provide fi•iction and prevent pick-up. k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 10. Genei•al placement requirements. a. Matei•ial should be delivered to inaintain a relatively constant head of material in fi•out of the screed. b. Tl1e hopper should never be allowed to empty during paving. c. Dumping wings between trucl<s not allowed. Dispose of at end of days production. E. Lay-Down Ope��ations. 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow picl:up eguipment so that substantially all the mixtui•e deposited on the roadbed is picked up and loaded into the paver. 19 Table 10 20 Su ested Minimum Mixture Placement Tezn erature High-Temperature Minimum Placement Temperature Binder Grade ,n_r____ T_.1___�__ „___..__. PG 64 or lower PG 70 PG 76 PG 82 or hi�hez 21 22 23 24 25 26 27 28 29 30 31 32 260°F 270°F 280°F 290°F F. Compaction. 1. Use air void contr•ol unless ordinaiy compaction eontrol is specified on the plans. 2. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the City. 3. Ensure pavement is fully compacted before allowing rollers to stand on the pavement, 4. Unless otherwise directed, use only water or an approved release agent on rolle�•s, tamps, and other compaction equipment. 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 6. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 inches. 33 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, 34 and similar structures and in locations that will not allow thorough compaction with 35 the rollers. 36 8. The City may require rolling with a trench roller on widened areas, in trenches, and 37 in other limited areas. GTI'Y OP FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CTTY PROJECT # 00951 & 00952 32 12 16 - 20 ASPHALT PAVING Page 20 of 23 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 9, Allow the compacted pavement to cool to 160 degrees F or lower before opening to traffic tu�less otherwise directed. 10. When directed, sprinkle the �nished mat with watei• oi• limewater to expedite opening the roadway to traffc. 11, Air Void Control. a, General, 1) Compact dense-gi•aded hot-mix asphalt to contai�l from 5 percent to 9 percent in-place air voids. 2) Do not increase the asphalt content of the mixture to reduce pavement air voids. b. Rollers. 1) Furnish the type, size, and number of rollers required fof• compaction, as approved. 2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on the plans. 3) Use additional rollei•s as required to 1•emove any roller marks. c. Air Void Determination. 1) Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the City for in-place air void determination. 2) The City will measure air voids in accordance with Tex-207-F and Tex-227-F. 3) Before drying to a constant weight, cores may be predried using a Corelol< or similar vacuum device to remove excess moisture. 4) The City will use the average air void content of the 2 cores to calculate the in-place air voids at the selected location. d. Air Voids Out of Range. 1) If the in-piace air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in-place air void content within requirements. e. Test Section. 1) Construct a test section of 1 lane-width and at most 0.2 mi. in length to demonstrate that compaction to between 5 percent and 9 percent in-place air voids can be obtained. 2) Continue this procedure until a test section with 5 percent to 9 percent in- place air voids can be produced. 3) The City will allow only 2 test sections per day. 4) When a test section producing satisfactory in-place air void content is placed, resume full production. 12. Ordinary Compaction Conh•ol. a. Furnish the type, size, and number of rollers required for compaction, as approved. Furnish at least 1 medium pneumatic-tire roller (minimum 12-ton weight). b. Use the control strip method given in Tex-207-F, Part N, to establish roiling patterns that achieve maximum compaction. c. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rolling pattern. e. Compact the pavement to meet the requirements of the plans and specifications. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'PS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 12 16 - 21 ASPHALT PAVING Page 21 of 23 1 2 3 4 5 6 7 8 f. � h. i. When rolling with the 3-wheel, tandem or vibratoiy rollers, start by first rolling tl�e joint witl� the adjacent pavement and then continue by rolling longitudinally at the sides. � Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless othei•wise directed. Make alternate trips of the roller slightly different in length. 011 supei•elevated curves, begin rolli�lg at the low side and progress toward the high side unless otherwise directed. 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 G. Irregularities. 1. Identify and cori•ect irregularities including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texhue, roller marlcs, tears, gouges, st��eal<s, uncoated aggregate particles, or brolcen aggregate pal-ticles. 2. The City may also identify iri�egularities, and in such cases, the City shall promptly notify the CONTRACTOR. 3. If the City determines that the irregularity will adversely affect pavement performance, the City may require the CONTRACTOR to reznove and replace (at the CONTRACTOR'S expense) areas of the pavement that contain the ii•regularities and areas where the mixture does not bond to the existing pavement. 4. If i7•regularities are detected, the City may require the CONTRACTOR to immediately suspend operations or may allow the CONTRA.CTOR to continue operations for no more than 1 day while the CONTRACTOR is taking appropriate corrective action, 5. The City may suspend production or placement operations until the problem is corrected. 6. At the expense of the CONTRACTOR and to the satisfaction of the City, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. � 29 3.5 Tt�PAIR 30 A. See Section 32 Ol 17. 31 32 33 34 35 36 37 38 39 40 41 42 43 3.6 QUALITY CONTROL A, Production Testing 1. Perform production tests to verify asphalt paving meets the performance standard required in the plans and specifications. 2. City to measure density of asphalt paving with nuclear gauge. 3. City to core asphalt paving from the normal thickness of section once acceptable density achieved. City identiiies location of cores. a. Minimum core diameter: 4 inches b. Minimum spacing: 200 feet c. Minimum of one core every block d. Alternate lanes between core 4. City to use cores to determine pavement thickness and calculate theos•etical density. a. City to perform theoretical density test a minimum of one per day per street. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL D1STRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 32 12 16-22 ASPHAi.T PAVING Page 22 of 23 B. Density Test 2 3 4 5 6 7 8 9 10 11 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 1. The average n�easured density of asphalt paving must meet specified density, 2. Average of ineasurements per street not meeting the minimum specified strengtli shall be subject to the money penalties or removal and replacement at the CONTRACTOR'S expense as show in Table l 1. Percent Rice 89 and lower 90 91-93 94 95 Over 95 Table 11 Density Payment Schedute Percent of Contract Price Allowed remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. 75-percent 100-nercent 75-percent remove and replace at the entire cost and expense of CONTRACTOR as directed bv OWNER. 3. The amount of penalty shall be deducted from payment due to CONTRACTOR. 4. These requir•ements are in addition to the requireinents of Section 1.2 Measurement and Payment. C. Pavement Thickness Test. 1. City measure each core thickness by averaging at least three measurements. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special pi•ovisions or on the plans. 3. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR'S expense. 4. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 5. Where the average thickness of pavement in the area found to be de�cient, payment shall be made at an adjusted price as specified in Table 12. Table 12 Thicicness Deficienc Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent - Not More than 10 percent 90 percent Greater Than 10 percent - Not More than I S percent 80 percent remove and replace at the entire cost and Greater Than 15 percent expense of CONTRACTOR as directed by OWNER, 6. If, in the judgment of the City, the ai•ea of such deficiency warrants removal, the area shall be rennoved and replaced, at the CONTRACTOR'S entire expense, with asphalt paving of the thickness shown on the plans. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 201 t CITY PROJECT t� 00951 & 00952 32 12 16 - 23 ASPHALT PAV]NG Page 23 of 23 1 7. No additional payment over the contract unit price shall be made for any pavement 2 of a thiclaiess exceeding that required by the plans. 3 3.'7 FI�LD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT US�D] 6 3.10 CL�ANING [NOT US�D] 7 3.11 CLOS�OUT ACTIVITIES [NOT US�D] 8 3.12 PROT�CTION [NOT USED] 9 3.13 MAINTENANC� [NOT USED] 10 3.14 ATTACHM�NTS [NOT US�D] � 12 �ND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 13 C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 321313-1 CONCRETE PAVING Page 1 of 21 1 2 3 PART 1 - GENEI2AT� SECTION 32 13 13 CONCRETE PAVING 4 1.1 SUMMARY 5 A. Section includes finished pavement constiucted of portland cement concrete including 6 monolithically poured curb on the prepared subgrade or other base course. 7 B. Standard Details. 8 1. Reinforced Concrete Pavemetit Constl•uction Details. 9 10 11 12 13 14 15 16 C. Deviations fi•om City of Fort Worth Standards. 1. None. D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 O1 29 - Concrete Paving Repair. 4. Section 32 13 73 - Concrete Paving Joint Sealants. 17 1.2 PRIC� AND PAYMENT PROCEDUR�S 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Measurement and Payment. 1. Measurement: measured by the square yard of completed and accepted pavement in its final position and measured from back of curb for various classes and thicknesses. 2. Payment; based on the work performed and all materials furnished for concrete paving. Subsidiary work and materials include: a. shaping and fine grading the roadbed b. furnishing and applying all water required c. furnishing, loading and unloading, storing, hauling and handling all concrete ingredients including all freight and royaliy involved d. mixing, placing, finishing and curing all concrete e. furnishing and installing all reinforcing steel f. furnishing all materials and placing longitudinal, warping, expansion, and contraction joints, including all steel dowels, dowel caps and load transmission units required, wire and devices for placing, holding and supporting the steel bar, load transmission units, and joint filler material in the proper position; for coating steel bars where required by the plans g. sealing joints h. monolithically poured curb i. all manipulations, labor, equipment, appliances, tools, and incidentals necessary to complete the work. 39 1.3 REFERENCES 40 A. Reference Standards. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 32 13 13 - 2 CONCRETE PAVING Page 2 of 21 1 2 3 4 5 6 7 8 9 10 ii 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 1. Reference standards cited in this speci�cation refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Malcing and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Sh•ength of Cylindrical Concrete Specimens e. C42, Standard Test Method foi• Obtaining and Testing Drilled Cores and Sawed Beams of Conc�•ete f. C94/C94M, Standard Speci�cations for� Ready-Mixed Concrete g. C150, Portland Cement h. C156, Water Retention by Concrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane-Foi7ning Compounds for Curing Concrete, Type 2 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" m, C618, Coal Fly Ash and Raw or Calcined Natu��al Pozzolan for use as a Mineral Admixture in Conerete n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems foi• Concrete o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete p. C 1602, Standard Speciiication for Mixing Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratoiy Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 3. American Conerete Tnstitute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Speci�cation for Cold Weather Concreting c. ACI 318 35 1.4 ADMINISTRATIV� ItEQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS [NOT US�D] 37 1.6 ACTION SUBMITTALS/iNFORMATIONAL SUBMITTALS 38 A. Mix Design: submit for approval. See Item 2.4.A. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 13 13 - 3 CONCRETE PAVING Page 3 of 21 1 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 2 1.8 MAINT�NANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED) 4 1.10 DELIV�RY, STORAG�, AND I-IANDLING [NOT USED] 5 l.11 FIELD CONDITIONS 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Weather Conditions. 1. Place concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C1064 at point of placement. 2. Hot Weather Concreting a. Tal<e immediate corrective action or cease paving when the ambient temperatut•e exceeds 95 degrees. b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Speci�cation for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting a, Do not place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the �nishing 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-FZIRNISH�D PRODUCTS [NOT USED] 27 28 29 30 2.2 MATERIALS A. Cementitious Material: ASTM C150. B. Aggregates: ASTM C33. C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used, conform to the appropriate speci�cation: 32 1. Air-Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 34 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM 35 C618. 36 E. Steel Reinforcement: ASTM A615. 37 F. Steel Wire Reinforcement: Not used for concrete pavement. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANbARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 32 13 13 - 4 CONCRETE PAVING Page 4 of 21 G. Dowels and Tie Bars. 2 3 4 5 6 7 8 9 lo il 12 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps. a, Pr�ovide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the plans and shall have an internal diameter sufficient to perinit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed, 3. Epoxy for powel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre-Qualiiied Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ulh�abond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set D}niapoxy EP-430 Pecora Corp, EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong �'ie SpecPoxy 3000FS SpecChem 13 14 15 16 17 18 19 20 21 22 23 24 25 b. Epoxy Use, Storage and Handling. 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed insh�uctions far the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components; b) Brand name; c) Name of manufacturer; d) Lot or batch numbei•; e) Temperature range for storage; � Date of manufacture CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 32 13 13 - S CONCRETE PAVING Page 5 of 21 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 g) Expiration date; and h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the tnanufacturer. 5) Do not use damaged or pi•eviously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoYy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs. 2 3 Reinfoi•cement bar chairs or supports shall be of adequate stx•ength to support the reinforcement bars and shall not bend or break under the weight of the reinfarcement bars or CONTRACTOR'S personnel walking on the reinforcing bars. Bar chairs rnay be made of inetal (free of rust), precast mortar or concrete blocks or plastic. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration a$er immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. I. Joint Filler. 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and iype indicated on the plans or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shall be shown on the plans; the width shall be not less than that shown on the plans, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. K. Curing Materials. 1. Membrane-Forming Compounds. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT �! 00951 & 00952 321313-6 CONCRETE PAVING Page 6 of 21 1 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 2 compound and be of such nature that it shall not produce permanent 3 discoloration of concrete surfaces nor react deleteriously with the concrete. 4 b. The compound shall produce a firm, continuous unifo�tin moisture-impermeable 5 film fi'ee from pinholes and shall adhere satisfactorily to the surfaces of darnp 6 7 c. 8 9 10 d. 11 e. 12 f. 13 14 IS 16 17 18 19 20 21 g• h. concrete. It shall, when applied to the damp concrete surface at the specified rate of coverage, d�y to touch in 1 hottr and diy through in not more than 4 hours under normal conditions suitable for• concrete operations. It shall adhere in a tenacious film without r•unning off or appreciably sagging. It shall not disintegrate, checl<, peel or crack during the required curing pexiod. The compound shall not peel or picic up under traf�c and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job site in the manufacturer's original containers only, which shall be clearly labeled with the manufactui•e7•'s name, the trade name of the material and a batch numbar or symbol with which test samples may be coi7�elated. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the liquid membrane-forming compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not more than 0.01-oz.-per-2 inches of surface. 22 2.3 ACCESS012I�S [NOT USED] 23 2.4 SOURCE QUALITY CONTROL 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 A. Mix Design l. Concrete Mix Design and Control. a. At least 10 calendar days prior to the start of concrete paving operations, the CONTRACTOR shall submit a design of the concrete mix it proposes to use and a full description of the source of supply of each material component. b. The design of the concrete mix shall produce a quality concrete complying with these specifications and shall include the following infoimation: 1) Design Requirements and Design Summary. 2) Material source. 3) Dry weight of cement/cu. yd. and type. 4) Dry weight of fly ash/cu. yd. and type, if used. 5) Saturated surface dry weight of fine and coa�•se aggregates/cu. yd. 6) Design water/cu. yd. 7) Quantities, type, and name of admixtures with manufacturer's data sheets. 8) Current strength tests or strength tests in accordance with ACI 318. 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates and date of tests. 10) Fineness modulus of fine aggregate. 11) Specific Gr•avity and Absorption Values of fine and coarse aggregates. 12) L.A. Abrasion of coarse aggregates. c. Once mix design approved by City, maintain intent of mix design and maximum water to cement ratio. d. No concrete rnay be placed on the job site until the mix design has been approved by the City. 2. Quality of Concrete. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321313-7 CONCRETE PAVING Page 7 of 21 1 a. Consistency. 2 1) In general, the consistency of concrete mixtures shall be such that: 3 a) mortar shall cling to the coarse aggregate, 4 b) aggregate shall not segregate in concrete when it is transported to the 5 place of deposit, 6 c) concrete, when dropped directly from the discharge chute of the mixer, 7 shall flatten out at the center of the pile, but the edges of the pile shall 8 stand and not flow, 9 d) concrete and mortar shali show no free water when removed from the 10 mixer, 11 e) concrete shall slide and not flow into place when transported in metal 12 chutes at an angle of 30 degrees with the horizontal, and 13 fl surface of the finished concrete shall be free from a surface iilm or 14 laitance. 15 2) When field conditions are such that additional moisture is needed for the 16 final concrete surface finishing operation, the required water shall be 17 applied to the surface by hand sprayer only and be held to a minimum 18 amount. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 b. 3) The concrete shall be worlcable, 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 ma�mum water/cement ratio, the CONTR.ACTOR may use, or the City may require, an approved cement dispersing agent (water reducer); or the CONTRACTOR sha11 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. Standard Class. 1) Unless othei�vise shown on the plans or detailed speciiications, the standard class for concrete paving for sh•eets and alleys is shown in the following table. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 321313-8 CONCRETE PAVING Page 8 of 21 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Ma�cimum Course Concrete� Cementitious, Compressive, Water/ Aggregate LbJCY Strength2 Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1. All exposed horizontal concrete shall have entrained-alr. 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 plans or allowed, provide Class HES concrete for veiy early opening of pavements area or leaveouts to t�•affic. 2) Design class HES to meet the requirements of class specified for concrete pavernent and a minimum compressive strength of 2,600 psi in 24 hours, unless other early st�•ength and time requirements are shown on the plans allowed. 3) No strength overdesign is required. Standa�•d Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Cancretel Cementitious Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 17 18 19 20 21 22 23 24 25 d. Slump. 1) Slump requirements for pavement and related concrete shall be as specified in the following table. Concrete Pavement Slum Re uirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Sli -Form/For�n-Riding Paving 1-1/2 3 Hand Foi�rned Pavin 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. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 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, shali be considered 3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALL�RS [NOT USED] 7 3.2 EXAMINATION [NOT USEDj 8 3.3 PR�PARATION [NOT USED] 9 3.4 INSTALLATION 10 11 12 l3 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 �nish 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 uniforinly supported on a very �rm subbase to prevent sagging under the weight of machine. b. Slip-Foi7n Paver. 1) Slip-form paving equipment shall be provided with traveling side forms of suf�cient 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 speciiication and ASTM C94/C94M.City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after tha discharge of approximately 15% and 85% of the load. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' # 00951 & 00952 321313-]0 CONCRETE PAVING Page 10 of 21 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 3 L'! 2) The method of sampling sha11 provide that the samples are representative of widely separated pot�tions, 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 inspectiozi, or appropriate uniformity tests as descr•ibed in ASTM C94. e, The entire contents of the drum shall be dischar•ged before any materials at•e placed therein for the succeeding batch. £ Retempering or remixing shall not be permitted. Delivery. a, Deliver concrete at an inteival not exceeding 30 minutes or as dete��rnined by City to prevent cold joint. Delivery Ticicets. 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 delive�y ticket on which is printed, stamped, or written, the following infoi•mation to determine that the concrete was proportioned in accordance with the appi•oved mix design: 1) Name of concrete supplier. 2) Serial number of ticket. 3) Date. 4) T��tcic number. . S) Name of purchaser. 6) Speci�c designation of job (name and location). 7) Specific class, design identifcation 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 treahnent of subgrade is required on the plans, the work shall be pei�formed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the plans or established by the City. 3. All holes, ruts and depressions shall be filled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. In•egularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5 6 7 8. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a frm and moist condition. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the worlc. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 13 13 - 11 CONCRETE PAVING Page 11 of 21 l 9. The CONTRACTOR shall notify the City at least 24 hours in advance of its 2 intention to place concrete pavement. 3 10. After the specified moisture and density are achieved, the CONTRACTOR shall 4 maintain the subgrade moisture and density in accordance with this Section. 5 11. In the event that z•ain 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 foz•m. 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. Foi�rns 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 mortai• mix within 24 hours after form.removal unless otherwise approved. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 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 bullchead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bais 7 l. Genei•al. 8 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 9 as shown on the plans. 10 b. All reinforcing steel shall be clean, fi•ee from rust in the form of loose or 11 objectionable scale, and of the type, size and dimensions shown on the plans. 12 c. Reinforcing bars shall be securely wired together at the alternate intersections 13 and all splices and shall be securely wired at each intersection dowel and load- 14 transmission unit intersected. 15 d, All bars shall be installed in their required position as shown on the plans. 16 e. The storing of reinforcing or structural steel on completed roadway slabs 17 generally shall be avoided and, whei•e permifted, such storage shall be limited 18 to quantities and distribution that shall not induce excessive stresses. 19 2. Splices. 20 a. Provide standard reinforcement splices by lapping and tying ends. 21 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 22 the documents 23 3. Installation of Reinforcing Steel 24 a. All reinforcing bars and bar mats shall be installed in the slab at the required 25 depth below the finished surface and supported by and securely attached to bar 26 chairs installed on prescribed longitudinal and transverse centers as shown by 27 sectional and detailed drawings on the plans, 28 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 29 on the plans and shall be approved by the City prior to extensive fabrication 30 c. After the reinforcing steel is securely installed above the subgrade as specified 31 in plans and as herein prescribed, no loading shall be imposed upon the bar 32 mats or individual bars before or during the placing or finishing of the concrete, 33 34 35 36 37 38 39 40 41 42 43 4. Installation of Dowel Bars a, Install through the predrilled joint filler and rigidly support in true horizontal and vertical positions by an assembly of bar chairs and dowel baskets. b. Dowel Baskets. 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct positioai so firmly that the dowel's position cannot be altered by concreting operations. c. Dowel Caps. 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. 44 5. Tie Bar and Dowel Placement. 45 a. Place at mid-deptl� of the pavement slab, parallel to the surface. 46 b. Place as shown on the plans. ' 47�, 6. Epoxy for Tie and Dowel Bar Installation 48 1) Epoxy bars as shown on the plans. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COITNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CTI'Y PROJECT # 00951 & 00952 32 13 13 - 13 CONCRETE PAVING Page 13 of 21 1 2) Use only drilling operations that do not damage the surrounding operations. 2 3) Blow out drilled holes with compressed air. 3 4) Completely fill the drilled hole with approved epoxy before inserting the tie 4 bar into the hole. 5 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 6 F. Joints 7 1. Joints shall be placed where shown on the plans or where directed by the City. 8 2. The plane of all joints shall make a right angle with the surface of the pavement. 9 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 10 11 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5 � 4. Joint Dimensions. a. The width of the joint shall be shown on the plans, cz•eating the joint sealant reseivoir. b. The depth oithe joint shall be shown on the plans. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. Transverse Expansion Joints. a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the plans, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the speciiied 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 plans. Transverse Contraction Joints. a. Contraction or dummy joints shall be installed at the locations and at the inteivals shown on the plans. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. e. The joints shall be constructed by sawing to a 1!4 inch width and to a depth of 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual pavement thickness, or deeper if so indicated on the plans. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 32 13 13 - 14 CONCRETE PAVING Page 14 of 21 1 £ Compiete sawing as soon as possible in hot weather conditions and within a 2 niaximum of 24 hours after saw cutting begins under cool weather conditions. 3 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 4 the point where some raveling is observed. 5 h. Damage by blade action to the slab surface and to the concrete immediately 6 adjacent to the joint shall be miniinized. 7 i. Any portion of the curing membrane which has been disturbed by sawing 8 operations shall be restored by spraying the areas with additional curing 9 compound. 10 7. Transveise Construction Joints. 11 a. Construction joints foi•med at the close of each day's work or when the placing 12 of concrete has been stopped for 30-rninutes or longer shall be constructed by 13 use of inetal or wooden bullcheads cut true to the section of the �nishecl 14 pavement and cleaned. 15 b, Wooden bullcheads shall have a thicicness of not less than 2-inch stock material. 16 c. Longitudinal Uai•s shall be held secm•ely in place in a plane perpendicular to the 17 surface and at right angles to the centerline of the pavement. 18 d. Edges shall be rounded to 1/4 inch radius. 19 e. Any surplus conet•ete on the subgrade shall be removed upon the resumption of 20 the work. 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 8. Longitudinal Construction Joints. a. Longitudinal constiltction joints shall be of the type shown on the plans. 9. Joint Filler. a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the plans. b. Redwood Board joints shall be used for all pavement joints except for expansion joints that are coincident with a butt joint against existing pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted on the job, d. Green lumber of much higher moisture content is desirable and acceptable. e. The joint filler shall be appropriately drilled to admit the dowel bars when required. f. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. The top edge shall be held approximately 1/2 inch below the finished surface of the pavement in order to allow the finishing operations to be continuous. g. The joint filler may be composed of more than one length of board in the length of joint, but no board of a]ength less than 6 foot may be used unless otherwise shown on the plans. h. After the removal of the side forms, the ends of the joints at the edges of the 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 speci�ed in Section 32 13 73. Materials shall generally be handled and applied according to the manufacturer's recommendations as speci�ed in Section 32 13 73. G. Placing Concrete CITY OF FORT WORTH 2O07 CRITICAL CAPJTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PR07ECT # 00951 & 00952 32 13 13 - 15 CONCRETE PAVING Page I 5 of 21 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 1. Unless otherwise specified in the plans, the finished pavement shall be constructed monolithically and constructed by machined laid method unless impractical. 2. The concrete shall be rapidly deposited on the subgrade in successive batches and shall be distributed to the required depth and for the entire width of the pavement by shoveling or other approved methods. 3. Any concrete not placed as herein prescribed within the time limits in the following table will be i•ejected. Time begins when the water is added to the mixer. Tempet•ature — Time Re uirements Concrete Temperature MaY Time — minutes Max Time — minutes (at oint of lacement) (no retarding agent) (with retarding agent)� Non-A itated Concrete All tem eratures 45 4S A itated Concrete Above 90°F Time may be reduced by 75 City Above 75°F thru 90°F 60 90 75°F and Below 60 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing. a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assernblies so as to prevent honeycombing. b. Excessive voids and honeycombing in ihe edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing 1. Machine. a. Tolerance Limits. 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch-per-foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1/8 inch. 4) Any surface not within the tolerance limits shall be reworked and refnished. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT t/ 00951 & 00952 32 13 13 - 16 CONCRETE PAVING Page 16 of 21 1 b. Edging. 2 1) The edges of slabs and all joints i•equiring edging shall be carefully tooled 3 with an edger of the radius required by the plans at the time the concrete 4 begins to tal<e its "set" and becomes non-workable. 5 2) All such worlc shall be left smooth and true to lines, 6 2. Hand. 7 a. Hand finishing permitted only in intersections and areas inaccessible to a 8 finishing machine. 9 b. When the hand method of striking off and consolidating is permitted, the 10 concrete, as soon as placed, shall be approximately leveled and then sti•uck off 11 with screed bar to such elevation above grade that, when consolidated and 12 �nished, the surface of the pavement shall be at the grade elevation shown on 13 the plans. 14 c. A slight excess of material shall be kept in front of the cutting edge at all times. 15 d. The stt•aightedge and joint finishing shall be as prescribed herein. 16 I. Curing 17 1. The cui•ing of concrete pavement shall be tho�•ougl� and continuous throughout the 18 entire curing pei�iod. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 2. Failure to provide proper curing as herein prescribed shall be considered as sufficient cause foi• immediate suspension of the paving operations. 3. The curing method as herein specified does not preclude the use of any of the other commonly used methods of curing, and the City may approve another method of curing if so requested by the CONTRACTOR. 4. If any selected method of curing does not afford the desired results, the City shall have the right to order that another metliod of curing be instituted. 5. After removal of the side forms, the sides of the slab shall receive a like coating before earth is banlced against them. 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner as to cover the entire surfaces thoroughly and completely with a uniform film. 7, The rate of application shall be such as to ensure complete coverage and shall not exceed 20-square-yards-per-gallon of curing compound. 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not disintegrate, checic, peel or crack during the curing period. 35 9. If for any reason the seal is broken during the curing period, it shall be immediately 36 repaired with additional sealing solution. 37 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 38 Materials, the curing compound shall provide a�lm which shall have retained 39 within the test specimen a percentage of the moisture present in the specimen when 40 the curing compound was applied according to the following. 41 11. CONTRACTOR shall maintain and properly repair damage to curing materials on 42 exposed surfaces of concrete pavement continuously for a least 72 hours. 43 44 45 J. Monolithic Curbs 1. Concrete for monolithic curb shall be the same as for the pavement and, ii carried bacic from the paving mixer, shall be placed within 20-rninutes after being mixed. CITY OF' FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 13 13 - 17 CONCRETE PAVING Page 17 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the plans. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Alley Paving 1. Alley paving shall be constructed in accardance with the specifications for concrete paving hereinbefore described, in accordance with the details shown on the plans, and with the following additional provisions: a. Alley paving shall be constructed to the typical cross sections shown on the plans. b. Transverse expansion joints of the type shown on the plans shall be constructed at the property line on each end of the alley with a maximum spacing of 600 feet. c. Transveise contraction and dummy joints shall be placed at the spacing shown on the plans. d. Contraction and dummy joints shall be formed in such a manner that the required joints shall be produced to the satisfaction of the City. e. All joints shall be constructed in accordance with this specification and �lled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts 22 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 23 provided at location indicated on the plans or as directed by the City. 24 2. The extent and location of each leaveout required and a suitable crossover 25 connection to provide for traffic movements shall be determined in the field by the 26 City. 27 3.5 REPAIl2 28 A. Repair of concrete pavement concrete shall be consistent with paving details and as 29 specified in Section 32 O1 29. 30 3.6 RE-INSTALLATION [NOT US�D] 31 3.7 SITE QUALITY CONTROL 32 33 34 35 36 37 38 39 40 41 A. Concrete Placement 1. Place concrete using a fully automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials. 1. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the plans. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDAT2D CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'I' # 00951 & 00952 32 13 13 - 18 CONCR�T� PAVING Page 18 of 21 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 ail subsequent testing of the material in order to detei-mine if the mater•ial is 3 acceptable shall be at the CONTRACTOR'S expense at the same rate char•ged by 4 the commercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 1. Upon completion of the work and before �nal acceptance and final payment sl�all be made, paveinent thiclaless test shall Ue made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the plans. 3. The cost for the initial pavement thickness test shall be the expense of the City, 4. In the event a de�ciency 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 commercia] laboratories. 6. Where the average thicicness of pavement in the area found to be deficient in thicicness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 030 80 percent 0,31 — 0.40 70 percent 0.41— 0,50 60 percent 22 23 7. 24 25 26 8. 27 28 9. 29 30 31 10 32 33 34 35 11 36 Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch oi• 1/10 of the plan thickness, whichever is greater, shall be evaluated by the City. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thicicness shown on the plans. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the CONTRACTOR' S entire expense, with concrete of the thickness shown on the plans. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the plans. 37 D. Pavement Strength Test. C. Pavement Thickness Test. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDt1RD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 32 13 13 - 19 CONC}2ETE 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 confor�rning to ASTM C3 l, 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, one of the cylinders shall be tested at 7 days, two cylinders shall be 8 tested at 28 days, and one cylinder shall be held or tested at 56 days, if necessa�y. 9 4. If the 28 day test results indicate deficient strength, the CONTRACTOR may, at its 10 option and expense, core the pavement in question and have the cores tested by an 11 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 12 the average of all cores must meet 100% of the minimum specified strength, with 13 no individual core resulting in less than 90% of design strength, to ovei�ride the 14 results of the cylinder tests. 15 16 17 18 19 20 21 22 Percent Deficient Percent of Contract Price Allowed Greater Than 0% - Not More Than 10% 90- ercent Greater Than 10% - Not More Than 15% 80-percent Greater Than 15% 0-percent or removed and replaced at the entire cost and ex ense of CONTRACTOR as directed by City 23 24 25 26 27 28 29 30 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not meet minimum specified strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the CONTRACTOR. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and placement at the CONTRACTOR'S expense as show in the following table. 7. The amount of penalty shall be deducted from payment due to CONTRACTOR; such as penalty deducted is to defray the cost of extra maintenance. 8. The strength requirements for structures and other concrete work are not altered by the special provision. 9. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the plans and/or specifications. E. Cracked Concrete Acceptance Policy. 31 1. If cracks exist in concrete pavement upon completion of the project, the Project 32 Inspector shall make a determination as to the need for action to address the 33 cracking as to its cause and recommended remedial work. 34 35 36 37 38 39 2. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracics at the time of �nal inspection and acceptance or at any time prior to the end of the project maintenance period. The CONTRACTOR shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty 1, 2011 CITY PROJECT # 00951 & 00952 32 13 13 - 20 CONCRETE PAVING Page 20 of 21 1 3. If remedial work beyond routing and sealing is determined to be necessary, the 2 Inspector and the CONTRACTOR will attempt to agree on the cause of the 3 cracking. If agreement is reached that the cracicing is due to deficient materials or 4 worlcmanship, the CONTRACTOR shall perform the remedial work at no cost to 5 the City. Remedial work in this case shall be limited to removing and replacing the 6 deficient worlc with new material and workmanship that meets the reguirements of 7 the contract. 8 4. If r�emedial work beyand routing and sealing is deter•mined to be necessary, and the 9 Inspectoi• and the CONTRACTOR agree that the cause of the cracicing is not 10 deficient materials or worlananship, the City may i•equest the CONTRACTOR to 11 provide an estimate of the cost of the necessary remedial worl< and/or additional 12 worlc to address the cause of the cracking, and the CONTRACTOR will perform 13 that work at the agreed-upon price if the City elects to do so. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Q 7. If i•emedial worlc is necessary, and the vlspector and the CONTRACTOR cannot agree on the cause of the cracking, the City rnay hii•e an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking. The contractor will escr•ow 50% of the pt•oposed costs of the geotechnical contract with the City. The CONTRACTOR and the City shall use the services of a geotechnical firm acceptable to both parties. If the geotechnical engineer determines that the primary cause of the cracking is the CONTRACTOR'S deficient material or worlcmanship, the i•emedial worlc will be performed at the CONTRACTOR' S entii�e eapense and the CONTRACTOR will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requii•ements of the contract. If the geotechnical engineer deteY•mines that the primary cause of the cracking is not the CONTRACTOR'S deficient material or worlcmanship, the City will return the escrowed funds to the CONTRACTOR. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional worlc and will perform the work at the agreed-upon price as directed by the City. 32 3.8 SYST�M STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED) 34 3.10 CL�ANING [NOT US�D] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINT�NANCE [NOT US�D] 38 3.14 ATTACHMENTS [NOT USED) 39 40 41 C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 32 13 20 - 1 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page 1 of 5 1 2 SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BAR.RIER FREE RAMPS 3 PART1- GENERAL 4 l.l SUMMARY 5 A. Section Tncludes 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 10 11 12 13 14 IS 16 1'7 B. Deviations from City of Fort Worth Standards 1. None C. Related Speci�cation Sections include but are not necessarily limited to l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 18 1.2 PRICE AND PAYMENT PROCEDUI2ES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment l. Measurement a. Concrete sidewalk: measure by the square foot of completed and accepted sidewalk in its final position by thickness and type. b. Driveway: measure by the square foot of completed and accepted driveway in its final position by thickness and type. 1) From back of projected curb, including the area of the curb radii and extend to the limits specified in plans. 2) Sidewalk portion of drive included in driveway measurement 3) Curb on driveways included in driveway measurement. c. Barrier free ramps: measure by each unit of completed and accepted barrier free ramp per type by width of connecting sidewalk including: 1) curb ramp 2) landing and detectable warning surface as shown on the plans. 3) adjacent flares or side curb 2. Payment: contract unit price bid for the work performed and all materials furnished. Subsidiary work and materials include: a. excavating and preparing the subgrade b. furnisl�ing and placing all materials , c. manipulation, labor, tools, equipment and incidentals necessary to complete the work. 40 1.3 REFER�NCES 41 A. Abbreviations and Acronyms CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COIJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT tl 00951 & 00952 321320-2 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE I2AMPS Page 2 of 5 1 2 3 4 5 6 7 8 9 1.4 10 1.5 ] 1 1.G 12 13 l4 15 1.7 16 1.8 1. TAS — Texas Accessibility Standards 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Constr•uction (Non-extruding and Resilient Types) b. ll698, Test Methods for Labor•atory Compaction Characteristics of Soil Using Standai•d Effort (12,400 ft-Ibf/ft3) ADMINISTRATIV� REQUIREMENTS [NOT USED] SUBMITTALS [NOT USED] ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit fo�• approval. Section 32 13 13. B. Pi•oduct Data: submit product data and sample for pi•e-cast detectable warning for barrier fi�ee ramp. CLOSEOUT SUBMITTALS MAINTENANCE MAT�RIAL SUI3MITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FI�LD CONDITIONS 20 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 21 1.12 WARRANTY [NOT US�D] 22 23 24 25 26 27 28 29 30 31 PART 2 - PRODUCTS 2.1 OWN�R-FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MAT�RIALS A. Porms: wood oi• metal straight, free from warp and of a depth equal to the thickness of the �nished work. B. Conerete: see Section 32 13 13. 1. Unless otherwise shovv�i on the plans or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table, Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 � 33 C. Reinforcement: see Section 32 13 13. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321320-3 CONCRE'I'E SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 2 1. Sidewallc, driveway and barrier fi•ee ramp reinforcing steel shall be #3 deformed bars at 18 inches on-center-both-ways at the center plane of all slabs. 3 D. Joint Filler. 4 l. Wood Filler: see Section 32 13 13. 5 2. Pre-Molded Asphalt Board Filler: 6 a. Use only in areas where not practical for wood boards. 7 b. Pre-molded asphalt board filler: ASTM D545. 8 c. Install the required size and uniform thickness and as specified in plans. 9 d. Include two liners of 0.016 asphalt impi•egnated kraft paper filled with a mastic 10 mixture of asphalt and vegetable fiber and/or mineral filler. 11 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the plans. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURC� QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLLRS [NOT US�D] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 19 20 21 22 23 24 25 26 27 28 29 A. Surface Preparation 1. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the plans or as established by the City. 2. Fine Grading a. The CONTRACTOR shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over-excavation shall be repaired to the satisfaction of the City. B. Demolition / Removal 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 30 3.4 INSTALLATION 31 32 33 34 35 36 37 38 39 A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewallcs constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by plans and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the plans and details. CITY OF PORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' # 00951 & 00952 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE ItAMPS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 ]1 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 4. All pedestrian facilities shall comply with pr•ovisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the CONTRACTOR and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Fo�7ns: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinfol•cement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. E. Finishing 1. Concrete sidewalks, driveways and barrier fi•ee rainps 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. Ecige 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 sidewallc and 50 foot intervals for 5 foot wide and greater sidewalk. 3. E�pansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewallcs and other adjacent old concrete work. Similar material shall be placed around all obst�•uctions 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 witli a suitable finishing tool. 6. Sidewalks shall be marlced at intervals equal to the width of the wallc with a marking tool. 7. When sidewallc is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by Sh�ongGo 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 sh•eet. 3. Locate detectable warning surface so that Yhe edge nearest the curb line is a rninimum of 6-inch and maairnum 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 321320-5 CONCRETE SIDEI��ALKS, DRNEWAYS AND Sf\F2ItIER FREE RAMPS Page 5 of 5 1 2 3 4 5 6 7 8 9 l0 Il 12 3.5 [R�PAIR]/[12�STORATION] [NOT USED] 3.6 RE-INSTALLATION (NOT US�Dj 3.7 FI�LD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT US�D] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF GHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 1.2 17 18 19 20 21 22 23 1.3 24 25 26 27 28 29 1.4 S�CTION 32 13 73 CONCRETE PAVING JO1NT SEALANTS A. Section Includes 1. Speci�cation for silicone joint sealing for concrete pavetnent and curbs. B. Standard Detail l. Typical Street Construction Details C. Deviations from City of Fort Worth Standa►•ds l. None D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 13 13 - Concrete Paving. PRICE AND PAYM�NT PROCEDUiZES A. Measurement and Payment. 1. Measurement: when specified in the plans to be a pay item, measure by the linear foot of completed and accepted joint sealant. 2. Payment: Unless otherwise specified on plans, the work performed and materials fiirnished as required in this Section will not be paid for directly but will be subsidiary to other bid items. REFERENCES A. Reference Standards l. ASTM International (ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements ADMINISTRATIVE 12EQUIREMENTS [NOT US�D] 30 1.5 ACTION SUBMITTALS [NOT US�D] 31 1.6 ACTION SUBMITTALS/INFORMATTONAL SUBMITTALS 32 A. Test and Evaluation Reports 33 1. Prior to installation, furnish certification by an independent testing laboratory that 34 the silicone joint sealant rneets the requirements of this Section. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PRO7ECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 1 2 3 4 5 32 13 73 - 2 CONCRETE PAVING JOINT SEA.LANTS Page 2 of 4 2. Submit veri�able documentation that the manufactui�er of the silicone joint sealant has a minimum two-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 1.7 CLOS�OUT SUBMITTALS [NOT USED) 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANC� [NOT US�D) 7 L10 D�LN�RY, STORAG�, AND HANDLING [NOT US�D] 8 1.11 FIELD CONDITIONS 9 10 11 12 13 A. Do not apply joint sealant when the air• and pavement temperature is less than 35°F B. Concrete surface must be clean, diy and fi�ost free. C. Do not place sealant in an expansion-type joint if surface temperature is below 35°F or above 90°F. 1.12 WAI2RANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER FUI2NISHED PRODUCTS [NOT USED] 16 2.2 MAT�RIALS & EQUIl'MENT 17 18 19 20 21 22 23 24 25 26 27 A. Materials l. Joint Sealant: ASTM D5893. 2. Joint Filler, Bacicer Rod and Breaker Tape a. The joint fillei• sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufiicient 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 fi•om 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 oY• reaction shall occur between them. 2.3 ACCESSORIES [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT US�D] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 The silicone sealant shall be cold applied. 2 3 4 5 6 10 11 l2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 2. Allow concrete to cure for• a minimum of 7 days to ensure it has sufficient strength prior• to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placeinent in a contuluous sequence of operations. 4. See plans for the various joint details with their i•espective dimensions. 7 B. Equipment 8 1. Provide all necessary equipment and keep equipment in a satisfactory working 9 condition. 2. Equipment shall be inspected by the OWNER prior to the beginning of the work. 3. The minimum r�equii•ements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a suf�cient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specifed in this Section. £ Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints l. Dry saw in one direction with reveise cutting blade then sand blast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, one directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall iit into the joints. 4. Check the blown joint for residual dust oi• other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 41 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 42 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 43 the joint sealant. 44 7. Do not leave open, cleaned joints unsealed overnight. 45 E. Joint Sealant CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 20ll CITY PROJECT # 00951 & 00952 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 � 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 aild diy. 3. Remove and discar•d excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement suc�'ace shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack-fi•ee. 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 foi• sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 [REPAIR]/[It�STORATION] (NOT USED] 3.6 RE-INSTALLATION [NOT US�D] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOS�OUT ACTIVITI�S [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OP CHANGE 27 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COiTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 1 2 3 SECTION 32 16 13 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 10 11 12 13 14 15 16 17 18 B. Standard Detail 1. Typical Street Construction Details C. Deviations from City of Fort Worth Standards 1. None D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Concrete Curb and Gutter: measure by the linear foot of the height speciiied 23 complete and in place. 24 b. Concrete Valley Gutter: measure by the square yard per thickness complete and 25 in place. 26 2. Payment: contract unit price bid for the work performed and all materials furnished. 27 a. Subsidiary work and materials include: 28 1) preparing the subgrade 29 2) furnishing and placing all materials, including foundation course, 30 reinforcing steel, and expansion material 31 3) all manipulation, labor, tools, equipment, and incidentals necessary to 32 complete the work. CiTY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROIJP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 32 16 13 - 2 CONCRE"PG CURB AND GUT1'ERS AND VALLEY GUT'CERS Page 2 of 5 1 1.3 I2�F�R�NCES [NOT US�D] 2 1.4 ADMINISTRATIVE REQUII2�M�NTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT US�D] 4 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 5 1.7 CLOS�OUT SUBMITTALS [NOT US�D] 6 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT US�D] 7 1.9 QUALITY ASSt.)I2ANC� [NOT US�D] 8 L10 DELIVERY, STORAG�, AND HANDLING [NOT US�D] 9 l.11 FIELD CONDITIONS 10 A. Weather Conditions: see Section 32 13 13. 11 1.12 WARItANTY [NOT US�D] 12 PART 2 - PRODUCTS 13 2.1 OWN�R FURNISI�D PRODUCTS [NOT US�D] 14 2.2 �QUII'MENT AND MATERTALS 15 16 17 18 19 20 21 22 23 24 25 26 A, Forms: see Section 32 13 13. B. Concrete: see Section 32 13 13. C. Reinforcement: see Section 32 13 13. D. Joint Filler. 1. Wood Filler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler: a. Use only in areas where not practical for wood boards. b. Pre-molded asphalt board filler: ASTM D545. c. Install the required size and uniform thicicness and as specified in plans. d. Include two liners of 0.016 asphalt impregnated kraft paper �lled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73. CITY OF FOI2T WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT' �l 00951 & 00952 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURC� QUALITY CONTROL [NOT USED] 3 PART 3 - �X�CUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 �XAMINATION [NOT USED] 6 3.3 PREPARATION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION A. Forms 1. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness. 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength. 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet fi•om a straight line shall be rejected. B. Reinforcing Steel. 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement 1. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand-Laid Concrete — Curb and guttet•. a. Shape and compact subgrade to the lines, grades and cross section shown on the plans. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the finished curb unless otherwise approved. 5. Machine-Laid Concrete — Curb and Gutter. a. Hand-tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 16 13 - 4 CONCRET'E CURB AND GUTT�RS AND VALLEY GUTTEItS Page 4 01' S 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 1) The forming tube of the extrusion machine or the form of the slipform machine must easily be adjustable ve��tically during the forward motion of the machine to provide variable heights necessaiy to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. e. Brush �nish surfaces immediately after eatrusion or slipforming. 6. Hand-Laid Concrete — Concrete Valley Gutter: see Section 32 13 13. 7. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at iutersection i•eturns and other rigid sti•uctures. b. Place tooled joints at 15-foot inter•vals or matching abutting sidewallc joints and pavement joints to a depth of 1'/2 inches. c. Place expansion joints at all intet•sections with conci•ete d1•iveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thiclmess, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the cui•b. £ Neatly trim any expansion material extending above the �nished to the surface of the finished work. g. Malce expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Insta113 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. D. Curing: see Section 32 13 13. 31 3.5 [R�PAIR]/[I2�STORATIONJ [NOT USED] 32 3.6 RE-INSTALLATION [NOT USED) 33 3.7 FIELD QUALITY CONTROL [NOT US�D] 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING [NOT USED] 37 3.11 CLOSEOUT ACTIVITIES [NOT USED] 38 3.12 PROTECTION [NOT USED] 39 3.13 MAINT�NANCE [NOT USED] 40 3.14 ATTACHMENTS [NOT US�D] 41 END OF S�CTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOGUMENTS Revised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJEG I' # 00951 & 00952 321723-1 PAVEMENT MAI2KINGS Page 1 of 11 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 00 00 003 PAVEMENT MARKINGS 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot-applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot-applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 e. Painted markings 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B. Deviations from this City of Fort Worth Standard Specification 16 l. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1— General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 A. Measurement and Payment 1. Pavement Markings a. Measurement 1) Measurement for this Item shall be per linear foot of material placed. b. Payment 1) The work perfortned and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Pvmt Marking" installed for: a) Various Widths b) Various Types c) Various Materials d) Various Colors c. The price bid shall include: 1) installation of Pavement Marking 2} Glass beads, when required 3) Surface preparation 4) Clean-up S) Testing (when required) 2. Legends a. Measurement 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PRO7ECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'I' # 00951 & 00952 321723-2 PAVEMENT MARKINGS Page 2 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3 n E 6. b. Paylnent 1) The work perfonned and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing Raised Mar•kers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The work performed and materials fizrnished in accordance with this Itetn shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing Work Zone Tab Maz•kers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work perfor�ned and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Fire Lane Marking" installed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 321723-3 PAVEMENT Mt1RK1NGS Page 3 of 1 I 1 2 3 4 5 6 7 8 9 10 I1 12 ]3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 7 8. 1) The work performed and materials fiu-nished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Pvmt Marking" performed for; a) Various widths c. The price bid shall include: 1} Removal of Pavement Markings 2) Clean-up Raised Marker Removal a. Measurement 1) Measurement for this Item shall be pet• each Pavement Marker removed. b. Payment 1) The work performed and materials furnished in accordanca with this Item shall be paid for at the unit price bid per each "Remove Raised Marker" performed far: a) Various types c. The price bid shall include: 1) Removal of each Marker 2) Disposal of removed materials 3) Clean-up Legend Removal a. Measurement 1) Measure for this Item shall be per each Legend removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Legend" performed for: a) Various types b) Various applications c. The price bid shall include: 1) Removal of Pavernent Markings 2) Clean-up 32 1.3 REFERENCES 33 A. Reference Standards 34 35 36 37 38 39 40 41 42 43 44 45 46 47 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. Manual on Uniform Traffic Control Devices (MUTCD), 2009 Edition a. Part 3, Markings 3. American Association of State Highway and Transportation Officials (AASHTO� a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 4. Federal Highwav Administration (�HWAI a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 5. Texas Department of Transportation T�cDOT� a. DMS-4200, Pavement Markers (Reflectorized) b. DMS-4300, Traffic Buttons c. DMS-8220, Hot Applied Thermoplastic d. DMS-8240, Permanent Prefabricated Pavement Markings CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CtTY PROJECT # 00951 & 00952 32 17 23 - 4 PAVEMENT Mt1RI{INGS Page 4 of I 1 1 e. DMS-8241, Removable Prefabricated Pavement Markings 2 £ DMS-8242, Temporary Flexible-Reflective Road Marker Tabs 3 1.4 ADMINISTRATIVE REQUIRCMENTS [NOT US�D] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accol•dance with Section O1 33 00. 6 B. All submittals shall be approved by the Engineer ar the City prior to delivery and/or 7 fabrication for specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT US�D] r o 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSUI2ANCE [NOT USED] 12 1.10 D�LIVERY, STORAGE, AND HANDLING 13 14 15 E['� 17 A. Storage and Handling Requirements 1. The Contractor shall secure and maintain a location to store the material in accordance with Section O1 50 00. 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-SUPPLIED PRODUCTS 20 A. New Products 21 1. Refer to Drawings to determine if there are owner-supplied products for tlie Project, 22 2.2 MATERIALS 23 A. Manufacturers 24 1. Only the manufacturers as listed in the City's Standard Products List will be 25 considered as shown in Section O1 60 00. 26 a. The manufacturer must comply with this Speciiication and related Sections. 2'i 2. Any product that is not listed on the Standard Products List is considered a 28 substitution and shall be submitted in accordance with Section Ol 25 00. 29 B. Materials 30 1. Pavement Markings 31 a. Thermoplastic, hot applied, spray 32 1) Refer to Drawings and City Standard Detail Drawings for width of 33 longitudinal lines. 34 2) Product shall be especially compounded for traffic markings. CITY OF FORT WORTH 2O07 CRITiCAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECP � 00951 & 00952 321723-5 PAVEMENT MAI2KINGS Page 5 of 11 1 3) When placed on the roadway, the markings shall not be slippery when wet, 2 lift from pavement under noimal weather conditions nor e�ibit a tacky 3 exposed surface. 4 4) Cold ductility of the material shall permit normal road surface expansion 5 and contraction without chipping or cracking. 6 5) The markings shall retain their original color, dimensions and placement 7 under normal traffic conditions at road surface temperatures of 158 degrees 8 Fahrenheit and below. 9 6) Markings shall have uniform cross-section, clean edges, square ends and no 10 evidence of tracicing. 11 7) The density and quality of the material shall be uniforni throughout the 12 markings. 13 8) The thickness shall be uniform throughout the length and width of the 14 markings. 15 9) The markings shall be 95 percent free of holes and voids, and free of 16 blisters for a minimum of 60 days after application. 17 10) The material shall not deteriorate by contact with sodium chloride, calcium 18 chloride or other chemicals used to prevent roadway ice or because of the 19 oil content of pavement markings or from oil droppings or other effects of 20 traffic. 21 11) The material shall not prohibit adhesion of other thermoplastic markings if, 22 at some future time, new markings are placed over existing material. 23 a) New material shall bond itself to the old line in such a manner that no 24 splitting or separation takes place. 25 12) The markings placed on the roadway shall be completely retroreflective 26 both internally and exteinally with traffic beads and shall e�iibit trniform 27 retro-directive reflectance. 28 13) Traffic beads 29 a) Manufactured from glass 30 b) Spherical in shape 31 c) Essentially free of sharp angular particles 32 d) Essentially free of particles showing cloudiness, surface scoring or 33 surface scratching 34 e) Water white in coior 35 fl Applied at a uniform rate 36 g) Meet or exceed Specifications shown in AASHTO Standard 37 Specification for Glass Beads Used in Pavement Markings, AASHTO 38 Designation: M 247-09. 39 b. Thermoplastic, hot applied, extruded 40 1) Product shall be especially compounded for traffic markings 41 2) When placed on the roadway, the markings shall not be slippery when wet, 42 lift from pavement under normal weather conditions nor exhibit a tacky 43 exposed surface. 44 3) Cold ductility of the material shall permit normal road surface expansion 45 and contraction without chipping or cracking. 46 4) The markings shall retain their oi•iginal color, dimensions and placement 47 under normal h•affic conditions at road surface temperatures of 158 degrees 48 Fahrenheit and below. 49 5) Markings shall have uniform cross-section, clean edges, square ends and no 50 evidence of tracking. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECT # 00951 & 00952 321723-6 PAVEMENT MAItKINGS Page 6 of 11 1 6) The density and quality of the material shall be uniform throughout the 2 markings. 3 7) The thickness shall be uniform throughout the length and widfih of the 4 markings. 5 8) The marlcings shall be 95 percent free of holes and voids, and free of 6 blisters for a minimum of 60 days after application. 7 9) The minimum thickness of the marlcing, as measured above the plane 8 formed by the pavement suriace, shall not be less than 1/8 inch in the center 9 of the marking and 3/32 inch at a distance of'/2 inch from the edge. l0 10) Maximum thickness shall be 3/16 inch. 11 11) The material shall not deteriorate by contact with sodium chloride, calcium 12 chlol•ide or other chemicals used to prevent roadway ice or because of the 13 oil content of pavement markings or from oil droppings or other effects of 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 c. � e. trafiic. 12) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed ovex• existing material. New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 13) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall e�ibit uniform retro-directive reflectance. 14) Tra�c beads a) Manufactured from glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching e) Water white in color � Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Speciiication for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. Preformed Polymer Tape 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 3M High Performance Tape Series 3801 ES, or approved equal. Preformed Heat-Activated Thermoplastic Tape 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 mil preformed thermoplastic or approved equal. Traf�c Paint 1) Materials shall meet or exceed the TxDOT Specification DMS-8200. 2. Raised Markers a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic Contro] Devices. b. Non-reflective markers shall be Type Y(yellow body) and Type W(white body) round ceramic markers and shall meet or exceed the T�OT Speci�cation DMS-4300. c. The reflective markers shall be plastic, meet or exceed the T�cDOT Specification DMS-4200 for high-volume retroreflective raised markers and be available in the following types: 1) Type I-C, white body, 1 face reflects white CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty 1, 2011 CITY PROJECT # 00951 & 00952 321723-7 PAVEMENT MAFtKINGS Page 7 of 1 I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 2) Type II-A-A, yellow body, 2 faces reflect amber 3) Type II-C-R, white body, 1 face reflects white, the other red 3. Work Zone Markings a. Tabs 1) Temporary flexible-reflective roadway marker tabs shall meet requirements of T�OT DMS-8242, "Temporaiy Flexible-Reflective Road Marker Tabs." 2) Removable markings shall not be used to simulate edge lines. 3) No segment of roadway open to traf�c shall remain without permanent pavement mar•kings for a period greater than 14 calendar days. b. Raised Markers 1) All raised pavement markers shall meet the requirements of DMS-4200. c. Striping 1) Work Zone striping shall meet or exceed the T�OT Specifcation DMS- 8200. 16 2.3 ACC�SSORI�S [NOT USED] 17 2.4 SOURC� QUALITY CONTROL 18 19 20 A. Performance 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet the requirements detailed in the table below for a minimum of 30 calendar days. Posted S eed m h < 30 35 — 50 >_ 55 21 22 23 24 25 26 27 28 2-lane roads with centerline �a 100 250 markings only (1) All other roads (2) n/a 50 100 (1) Measured at standard 30-m geometry in units of mcd/m /lux. (2) Exceptions: A. When raised reflective pavement markings (RRPMs) supplement or substitute for a longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as long as the RRPMs are maintained so that at least 3 are visible from any position along that line during nighttime conditions. B. When continuous roadway lighting assures that the markings are visible, minimum pavement marking retroreflectivity levels are not applicable. 29 PART 3 - EXECUTION 30 3.1 EXAMINATION [NOT USED] 31 3.2 PItEPAI2ATION 32 A. Pavement Conditions 33 34 35 36 37 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing markings and other forms of contamination. 2. New Portland cement concrete surfaces shall be cleaned suf�ciently to remove the curing membrane. 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 321723-8 PAVEMENT MARKINGS Page 8 of i I 1 4. Pavement shall be considered diy, if, on a sunny day after observation for 15 2 minutes, no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to rnotorists or pedestrians. 6 3.3 INSTALLATION 7 A. General 9 2. 10 11 12 3. 13 14 15 16 17 1. The materials shall be applied according to the manufacturer's recom�nendations. Markings and markers shall be applied within temperatur•e limits recommended by the material manufacturer, and shall be applied on clean, diy pavement having a surface temperature above 50 degrees Fahrenheit. Markings that are not properly appfied due to fatilty application methods or being placed in the wrong position or alignment shall be removed and replaced by the Contractor at the Contractor's expense. If the mistake is such that it would be confusing or hazardous to motorists, it shall be remedied the same day of notification. Notification will be made by phone and con�rmed by fax, Other mistakes shall be remedied within 5 days of written notifcation. 18 4. When marlcings are applied on roadways open to traffic, care will be taken to 19 ensure that proper safety precautions are followed, including the use of signs, 20 cones, barricades, flaggers, etc. 21 5. Freshly applied markings shall be protected from traffic damage and dis�gurement. 22 6. Temperature of the rnaterial must be equal to the temperature of the road surface 23 before allowing traffic to travel on it. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 1. Thermoplastic, hot applied, spray a. This method shall be used to install and xeplace long lines — centerlines, lane lines, edge lines, turn lanes, and dots. b. Markings shall be applied at a 110 mil thickness. c. Markings shall be applied at a 90 mil thickness when placed over existing markings. d. Typical setting time shall be between 4 minutes and 10 minutes depending upon the roadway surface temperatiire and the humidity factor. e. Retroreflective raised markers shall be used to supplement the centerlines, lane lines, and turn lanes. Refei• to City Standard Detail Drawings for placement. f. Minimum retroreflectivity of markings shall meet or exceed values shown in subparagraph 2.4.A.1 of this Specification. 2. Thermoplastic, hot applied, extruded a. This method shall be used to install and replace crosswalks and stop-lines. b. Markings shall be applied at a 125 mil thickness. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 42 3. Preformed Polymer Tape 43 a. This method shall be used to install and replace crosswalks, stop-lines, and 44 legends. 45 b. The applied marking shall adhere to the pavement surface with no slippage or 46 lifting and have square ends, straight lines and clean edges. B. Pavement Markings CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' # 00951 & 00952 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 4. Preformed Heat-Activated Thermoplastic Tape a. This method shall be used fo install and replace crosswalks, stop-lines, and legends. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 5. Traffic Paint a. This method shall be used to install Work Zone Markings, Parking Lot Markings and any other temporary marking application. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. C. Raised Markers 18 1. All peimanent raised pavement markers on Portland Cement roadways shall be 19 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 20 2. All permanent raised pavement markers on new asphalt roadways may be installed 21 with epoxy or bituminous adhesive. 22 3. A chalk line, chain or equivalent shall be used during layout to ensure that 23 individual markers are properly aligned. All markers shall be placed uniformly 24 along the line to achieve a smooth continuous appearance. 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 D. Work Zone Markings 1. Work shall be performed with as little disrupiion to traffic as possible. 2. Install longitudinal markings on pavement surfaces before opening to tra�c. 3. Maintain lane alignment traffic control devices and operations until markings are installed. 4. Install markings in proper alignment in accordance with the Texas MUTCD and as shown on the Drawings. 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement of a surface treatment, unless otherwise shown on the Drawings. 6. Place markings in proper alignment with the location of the final pavement markings. 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or transverse lines. 8. All markings shall be visible from a distance of 300 feet in daylight conditions and from a distance of at least 160 feet in nighttime conditions, illuminated by low- beam automobile headlight. 41 9. The daytime and nighttime reflected color of the markings must be distinctly white 42 or yellow. 43 10. The rnarkings must e�ibit uniform retroreflective characteristics. 44 11. Epoxy adhesives shall not be used to work zone markings. CITY OF PORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 C1TY PROJEGT # 00951 & 00952 32 17 23 - 10 PAVEMENT MARICINGS Page 10 of I 1 3.4 REMOVALS 2 1. Pavement Marking and Marker Removal 3 a. The industry's best practice shall be used to remove existing pavement 4 markings and markers. 5 b. If the roadway is being damaged during the marker removal, Work shall be 6 halted until consultation with the City. 7 c. Removals shall be done in such a matter that color and texture contrast of the 8 pavement surface will be held to a minimum, 9 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 10 '/4 inch in depth resulting fi�om the removal of pavement markings and markers. 11 Driveway patch asphalt emulsion may be broom applied to reseal damage to l2 asphaltic surfaces. 13 e. Dispose of marlcers in accordance with federal, state, and local regulations. 14 f. Use any of the following methods unless otlierwise shown on the Drawings. 15 1) Surface Treatment Method 16 a) Apply surface treatment at rates shown on the Drawings or as directed. 17 Place a su7•face treatment a minimum of 2 feet wide to cover the 18 existing marking. 19 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 20 of 1 lane in width in areas where directional changes of traffic are 21 involved or in other areas as directed by the City. 22 2) Burn Method 23 a) Use an approved burning method. 24 b) For thermoplastic pavernent markings or prefabricated pavement 25 markings, heat may be applied to remove the bulk of the marking 26 material prior to blast cleaning. 27 c) When using heat, avoid spalling pavement surfaces. 28 d) Sweeping or light blast cleaning may be used to remove minor residue. 29 3) Blasting Method 30 a) Use a blasting method such as wate�� blasting, abrasive blasting, water 31 abrasive blasting, shot blasting, slurry blasting, water-injected abrasive 32 blasting, or brush blasting as approved. 33 b) Remove pavement markings on concrete surfaces by a blasting metliod 34 only. 35 � 4) Mechanical Method 36 a) Use any mechanical method except grinding. 37 b) Flail milling is acceptable in the removal of markings on asphalt and 38 concrete surfaces. 39 2. If a location is to be paved over, no additional compensation will be allowed for 40 marking or marker removal. 41 3.5 REPATR / 12ESTORATTON [NOT USED] 42 3.6 RE-INSTALLATION [NOT USED] 43 3.7 FIELD QUALITY CONTROL 44 A. All lines must have clean edges, square ends, and be uniform cross-section. 45 B. The density and quality of markings shall be uniform throughout their thickness. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 17 23 -11 PAVEMENT MAIZKTNGS Page 11 of 11 1 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 2 shall be free of blisters. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING 6 A. Contractor shall clean up and remove all loose material resulting from constt•uction 7 operations. 8 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT US�D] � 13 14 �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 32 31 13 - 1 CHAIN LINK FENCES AND GATES Page 1 of 6 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 7 8 9 SECTION 32 31 13 CHAIN LINK FENCES AND GATES 1. Galvanized coated chain link (non-security) fencing and accessories in accordance with the City's Zoning Ordinance. B. Deviations from City of Fort Worth Standards 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 PRIC� AND PAYMENT PROCEDURES 1S 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment l. Measurement a. Chain Link Fence: measure by the linear foot by height and specified fabric material. b. Wrought Iron Fence: measure by linear foot by height of wrought iron fence specified in plans. c. Steel Tube Fence: measure by linear foot by height of steel tube fence specified in plans. 2. Payment: made at the contract unit price including full compensation for: a. furnishing aIl materials for fences and gates; b. all preparation, erection and installation of materials; c. all labor, equipment, tools, and incidentals necessary to complete the work. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specifcation, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A 36, Standard Specification for Carbon Structural Steel b. A 121, Standard Specification for Metallic-Coated Carbon Steel Barbed Wire c. A 123, Standard Speci�cation for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products d. A 392, Standard Speciiication for Zinc-Coated Steel Chain-Link Fence Fabric e. A 500, Standard Specifcation for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes f. F 626, Standard Specification for Fence Fittings g. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 323113-2 CHAIN LINK FENCES AND GATES Page 2 of 6 1 2 3 4 1.3 5 1.4 h, F 1083, Standai•d Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures i. F 1183, Specification for Aluminum Alloy Chain Linl< Fence Fabric R�FER�NC�S [NOT USED) ADMINISTRATIVE REQUIltEMENTS [NOT USED] 6 1.5 ACTION SUBMITTALS 7 8 9 10 11 1.G A. Shap drawings: Layout of fences and gates with dimensions, details, and finishes of components, accessories and post fotmdations if reqtiested by the City. B. Pz•oduct data: Manufacturer's catalog cuts indicating material compliance and specifed options. ACTION SUBMITTALS/INFOTtMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 15 16 17 1.9 QUALITY ASSURANC� [NOT USED] 1.10 D�LIV�RY, STORA,GE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 1.12 WARI2ANTY [NOT US�D] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED [NOT US�D] 20 2.2 MANUFACTUIt�D UNITS / MATERIALS 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Manufacturer 1. Minimum of five years experience manufach�ring galvanized coated chain linlc fencing. 2. Approved Manufacturer or equal: a. Allied Fence, Inc. b. American Fence Corp. c. Anchor Fence, Ina d. Master Halco, Inc. B. Materials 1. Chain Link Fence a. General 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. � 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal 3) Post tops, rail end, ties and clips may be of aluminum. 4) Use only new material, or salvaged/existing material if approved by City or noted on plans. b. Steel Fabric 1) Fabric C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 31 13 - 3 CHAIN LINK FENCES AND GATES Page 3 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 rs 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 c. � e. a) No. 9 gauge b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged Residential: match existing or both top and bottom selvages knuckled (2) Furnish one-piece fabric widths. 2) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per square foot of surface. Aluminum Fabric 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh, with both top and bottom selvages twisted and barged. d) Furnish one-piece fabric widths. Steel Framing 1) Steel pipe - Type I: a) ASTM P 1083 b) standard weight schedule 40 c) minimum yield strength: 30,000 psi d) sizes as indicated e) hot-dipped galvanized with minimum average 1.8 ozlftz of coated surface area. 2) Steel pipe - Type IL• a) ASTM F 1043, Group IC b) Minimum yield strength: 50,000 psi c) Sizes asindicated on plans d) Protective coating per ASTM F 1043 (1) External coating Type B (a) zinc with organic overcoat (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and verifiable polymer �lm. (2) Internal coating Type B (a) minimum 0.9 ozJft2 zinc or Type D, zinc pigmented, 81 % nominal coating, minimum 3 mils 3) Formed steel ("C") sections: a) Roll formed steel shapes complying with ASTM F 1043, Group II b) Minimum yield strength: 45,000 psi (310 MPa) c) Sizes as indicated on plans d) External coating per ASTM F 1043, Type A (1) minimum average 2.0 oz✓ft2 of zinc per ASTM A 123 = 4) Steel square sections a) ASTM A 500, Grade B b) Minimum yield strength: 40,000 psi c) Sizes as indicated on plans d) Hot-dipped galvanized with minimum 1.8 ozJft2 of coated surface area. Accessories 1) Chain link fence accessories a) ASTM F 626 b) Provide items required to complete fence system. c) Galvanize each ferrous metal item and finish to match framing. 2) Post caps CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 31 13 - 4 CHAIN LINK FENCES AND GA1'ES Page 4 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. 3. 4, a) Formed steel or cast malleable iron weather tight closure cap for tubulaz• posts. b) Provide one cap for each post. c) Cap to have provision for barbed wire when necessary. d) "C" shaped line post without top rail or barbed wire supporting arms do not requi��e post caps. e) Where top rail is used, provide tops to permit passage of top r•ail. 3) Top rail and rail ends a) 1 5/8 inch diameter galvanized round pipe for horizontal railing. b) Pressed steel per ASTM F626 c) for connection of rail and brace to tenninal posts. 4) Top rail sleeves a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 1.80 inch length spring, allowing for expansion and contraction of top rail. 5) Wire ties a) 9 gauge galvanized steel wire for attachment of fabric to line posts. b) Double wrap 13 gauge for rails and braces. c) Hog ring ties of 12-1/2 gauge for attachment 6) Brace and tension (stretcher bar) bands a) Pressed steel b) Minimum 300 degree profile curvature for secure fence post attachment. c) At square post provide tension bar clips, 7) Tension (stretcher) bars: a) One piece lengths equal to 2 inches less than full height of fabric b) Minimum cross-section of3/16 inch x 3/4 inch. c) Provide tension (stretcher) bars where chain link fabric meets terminal posts. 8) Tension wire a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire b) tensile strength: 75,000 psi 9) Truss rods & tightener a) Steel rods with minimum diameter of 5/16 inch b) Capable of withstanding a tension of minimum 2,000 lbs. 10) Nuts and bolts are galvanized Wrought Iron Fence: specified per plan. Steel Tube Fence: specified per plan. Setting Materials a. Concrete: 1) Minimum 28 day compressive strength of 3,000 psi 2) Bagged Concrete allowed. b. Drive Anchors 1) Galvanized angles 2) ASTM A 36 steel 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT #� 00951 & 00952 32 31 13 - 5 CHAIN LINK FENCES AND GATES Page 5 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 US�D] 5 3.2 EXA.MINATION 6 7 8 9 3.3 10 3.4 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Verification of Conditions 1. Verify areas to receive fencing are completed to final grades and elevations. 2. Ensure property lines and legal boundaries of work are clearly established PREPARATION [NOT USED] INSTALLATION A. Chain Link Fence Framing 1. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in firm, undisiurbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. 5. Bracing a. Install horizontal pipe brace at mid-height for fences 6 feet and taller, on each side of terminal posts. b. Firmly attach with fittings. c. Install diagonal truss rods at these points. d. Adjust truss rod, ensuring posts remain plumb. 6. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 7. Top rail a. Install lengths, 21 feet. b. Connect joints with sleeves for rigid connections for expansion/contraction. 8. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with iittings and accessories. 9. Bottom Rails: Install bottom rails between posts with �ittings and accessories. B. Chain Link Fabric Installation 1. Fabric CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRTCT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROLJP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 3231 ]3-6 CHAIN LINK FENCES AND GATES Page G of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. b. Leave approximately 2 inches between finish grade and bottom selvage. c. Attach fabric with wire ties to line posts at 15 inches on centei• and to rails, braces, and tension wire at 24 inches on center. 2. Tension (stretcher) bars a. Pull fabric taut. b. Thread tension bai• through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. 3. Accessories a. Tie wires; Bend ends of wire to minimize hazard to persons and clothing. b, Fasteners: Install nuts on side of fence opposite fabric side for added security. c. Slats: Install slats in accordance with manufacturer's instructions. C. Wrought Iron Installation: install per plan. D. Steel Tttbe Fence: install per plan. 3.5 [I2EPAIR]/[R�STORATION] [NOT US�D] 3.6 RE-INSTALLATION [NOT US�D] 3.7 FI�LD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D] 3.11 CLOS�OUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 11�INT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20ll CITY PROJECT # 00951 & 00952 32 31 26 - I WIRE FENCES AND GATES Page 1 of 5 1 2 3 PART1- G�NERAL 4 l.l SUMMARY 5 6 7 8 9 10 11 12 SECTION 32 3126 WIRE FENCES AND GATES A. Section Tncludes 1. Furnish and construct fence of barbed oi• smooth wir•e. B. Deviations from City of Fort Worth Standards l. None C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 13 1.2 PRIC� AND PAYMENT PROCEDUR�S 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A. Measurement and Payment 1. Measurement a. Wire Fence: measure by the linear foot of wire fence by post type and wire type (numbers of strands specified per plan), excluding gates b. Steel Gates: measure by each gate by height. 2. Payment a. Based on the work performed and all rnaterials fiirnished for Wire Fence or Gate of the type specified. b. Subsidiary work and materials include: 1) furnishing, preparing, hauling, and installing fence and gate materials; 2) excavation, backfilling, and disposal of surplus material; 3) removal and trimming of brush and tree limbs; and 4) equipment, labor, tools, and incidentals. c. Unless otherwise shown on the plans, removal of existing fence will not be paid for directly but will be subsidiary to pertinent items. 29 1.3 REFEI2ENCES 30 31 32 33 34 35 36 37 38 39 40 41 A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot Wrought b. A 121, Standard Specification for Metallio-Coated, Carbon Steel Barbed Wire c. A 116, Standard Specification for Metallic-Coated, Steel Woven Wire Fence Fabric d. F 1083, Standard Specification for Pipe, Steel, Hot�Dipped Zino-Coated (Galvanized) Welded, for Fence Structures CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' # 00951 & 00952 323126-2 WIRE PENCES AND GATES Page 2 of 5 1 2 3 4 1.4 3. American Wood Protection Association (AWPA) a. P8/P9, Standard for Oil-Borne Preservatives b. C5, Fence Posts - Preservative Treatment by Pressure Processes ADMINISTRA,TIVE ItEQUIREM�NTS [NOT USED] 5 1.5 ACTION SUBMITTALS [NOT US�D] 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 7 1.7 CLOS�OUT SUBMITTALS [NOT USED] 8 1.8 MAINT�NANC� MAT�RIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT US�D] 10 1.10 DELIVERY, STORAG�, AND HANDLING [NOT US�ll] 11 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WAIZI2ANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER-FURNISH�D PRODUCTS [NOT US�D] IS 16 17 18 19 20 a1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 2.2 MAT�RIALS A. Furnish materials in accoi•dance with details shown on the plans and with the following requirements. B. Metal Posts and Braces. 1. Steel Pipe: ASTM F 1083. 2. T posts: ASTM A 702. 3. Use only new steel. Do not use rerolled or open-seam material. 4. Furnish galvanized steel sections in ASTM F 1083. 5. Painting. a. Use an approved anticorrosive coating, b. After installation of painted posts and braces, spot-coat damaged areas with the same paint colo�'. c. Use paint with at least the same anticorrosive properties as the original paint, 6. Use the size, weight, and area of posts, braces, and anchor plates shown on the plans, C. Wood Posts and Braces. 1. Untreated Wood: cedar or juniper timber. 2. Treated Wood: a, AWPA standards govern materials and methods of treatments including seasoning, preservatives, and inspection for h•eatment. b. Each piece or bundle of other treated-timber products must have: , 1) legible brand mark or tag indicating the name of the treater 2) date of treatment or lot number 3) AWPA treatment specification symbol. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 323126-3 WIRE FENCES AND GATES Page 3 of 5 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 l9 c. Provide the level of preservative indicated in Table 1. Table 1 Minimum Retention of Preservative Penta- Product chiorophenol A��p� (1bJcu.fL) Standard AWPA for Preservative (p8/P9) Treatment Stand�rd Wire fence posts (round)3 OA CS 1. Retention determined by assay (0 to 1.0-inch zone). 3. Use sound timber that is fi�ee from decay, shakes, splits, or other defects that would weaken the posts or braces or otherwise make them structurally unsuitable for the purposesintended. 4. Knots that ar•e sound, tight, trimmed flush, and not in clitsters wili be allowed, provided they do not exceed 1/3 of the small diameter or the least dimension of the posts and braces. 5. Remove spurs and splinters, cutting the ends square. D. Gates and Gateposts: Furnish materials to the required dimensions, E. Barbed and Smooth Wire: ASTM A 121, Class l. 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire. 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart. F, Wire Mesh: ASTM A 116, Class l. 1. Top and bottom wires: at least 10 gauge wire. 2. Intermediate wires and vertical stays: 12 1/2 gauge wire. 20 G. Miscellaneous. 21 l. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices for 22 holding barbed wire and wire mesh firmly to metal posts. 23 2. Use material of good commercial quality and design. 24 3. Provide galvanized staples, at least 1 1/2 inch long. ' 25 H. Concrete. 26 1. Minimuin 28 day compressive strength of 3,000 psi. 27 2. Bagged concrete allowed. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 323126-4 WIRE FENCES AND GATES Page 4 of S 1 2.3 ACCESSORI�S [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT US�D) 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 PART 3 - EX�CUTION 3.1 INSTALLERS [NOT US�D] 3.2 �XAMINATION [NOT US�D] 3.3 PREPARATION [NOT US�D] 3.4 INSTALLATION A. Space fence posts as shown on the plans or to match existing. B, Set fence posts plumb and firm at the intervals, depth, and gt•ade shown on the plans or to match existing. C. Brace cornei• and pull posts in 2 directions. D. Brace end posts and gateposts in 1 direction. E. Install a corner post where the alignment changes 30 degrees or more. F. At alignment angles between 15 and 30 degrees, brace the angle post to the adjacent line posts with diagonal tension wires, G. At grade depressions where stresses tend to pull posts out of the gi•ound, snub or guy the fencing at the critical point with a double 9 gauge galvanized wire. H, Connect the wire to the top horizontal line of the barbed wire or to the top and bottom wire or wire mesh fabric, and to a deadman weighing at least 100 potmds, I. Stretch the fence before guying and snubbing. J. Install number stands at spacing shown in plans. K. Install corner, end, or angle post assembly before stretching the wire between posts. L. Connect existing cross fences to the new fences and corner posts at junctions with existing fences. M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or staples, or as shown on the plans, N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet intervals for wood posts. O. Drive metal line posts provided driving does not damage the posts. P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum of 24 inches and crowned at the top to shed water. Q, Thoroughly tamp backiill in 4 inch layers, R. Notch timber posts. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 323126-5 WIRE FENCES AND GATES Page 5 of 5 1 2 3 4 5 6 7 8 9 10 3.5 [It�PAIIt]/[I2ESTORATION] [NOT US�D] 3.G RE-INSTALLATION [NOT US�D] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANTNG [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [I�tOT US�D] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE [NOT US�D] 3.14 ATTACHM�NTS [NOT US�D] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROCTP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 32 32 13 - 1 CAST-IN-PLACE CONCIt�TE RETAINING WALLS Page I of 5 1 SECTION 32 32 13 2 CAST-IN-PLACE CONCRETE RETAINING WALLS 3 PARTl- GENERAL 4 l.l SUMMARY 5 A. Section Includes 6 1. Construction of cast-in-place concrete retaining wall (4' maximum height} of the 7 size and shape detailed on the plans and at the location shown on the plans 8 2, Construction of TxDOT standard cast-in-place, spread foot concrete retaining wall 9 of the size and shape detailed on the plans and at the location shown on the plans 10 B. Deviations from City of Fort Worth Standards 11 1. None 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 03 30 00 - Cast-in-Place Concrete 4. Section 31 23 16 - Excavation 5. Section 31 23 23 - Fill 6. Section 31 24 00 - Embankments 7. Section 32 13 20 - Concrete Sidewaiks, Driveways And Barrier Free Ramps 8. Section 33 46 00 - Subdrainage D. Standard Details 1. T�OT Standard — Spread Footing Walls a. RW 1(L) A— Low Footing Pressure, Design A Retaining Walls b. RW 1(L) B— Low Footing Pressure, Design B Retaining Walls c. RW 1(L) C— Low Footing Pressure, Design C Retaining Walls d. RW 1(H) A— High Footing Pressure, Design A Retaining Walls e. RW 1(H) B— High Footing Pressure, Design B Retaining Walls f. RW 1(H) C— High Footing Pressure, Design C Retaining Walls g. RW 2— Retaining Wall Miscellaneous Details 30 1.2 PRICE AND PAYMENT PROCEDURES 31 32 33 34 35 36 37 38 39 40 41 A. Measurernent and Payment l. Measurement a. Concrete Retaining Wall with Sidewalk 1) Retaining wall: measured by the square foot of the front surface area of the wall. 2) Sidewalk constructed adjacent to wall: See Section 32 13 20. b. TxDOT Standard — Spread Footing Walls 1) Measured by the square foot of the front surface area of the wall. 2) Unless otherwise shown on the plans, measure area from fnished ground line on the face of the exterior wall to the top of the wall including any coping required (not including railing). CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 323213-2 CAST-IN-PLACE CONCRE'I'E RETATNTNG WALLS Page 2 of 5 1 2 3 4 5 G 7 8 9 10 11 12 13 2, Payment a. I3ased on the work performed and all materials furnished for cast-in-place concrete retaining walls of the type or special surface finish specified. b. Subsidiary work and materials include: 1) excavation in back of retaining walls 2) fiirnishing and placing footings, leveling pads and copings. 3) furnishing, placing, and compacting backfill (except in embankment areas). 4) furnishing and placing concrete, reinforcing steel, waterproo�ng material, filter material and drain pipe, joint material, water stop, and filter fabric when required 5) fabricating, curing, and finishing wall including special coatings when specified. 6) equipment, labor, tools, and incidentals. 14 1.3 REFERENCES 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. De�nitions 1. Permanent Wall. Retaining wall with a design service life of 75 years. All walls are pi•esumed to be permanent walls unless otherwise speciiied in the plans B. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. l. ASTM International (ASTM): a. D4491, Standard Test Methods for Water Permeability of Geotextiles by Permittivity b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles c. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles d. D4751, Standa�•d Test Method for Determining Apparent Opening Size of a Geotextile 2 � Teaas Department of Transportation (TXDOT), Standard Specifcations for Construction and Maintenance of Highways and Bridges: a. 110, Excavation b. 132, Embankment c. 400, Excavation and Backfill for Structures d. 420, Concrete Structures e. 421, Hydraulic Cement Concrete f. 423, Retaining Walls g. 440, Reinforcing Steel h. 445, Galvanizing i. 458, Waterproofng Membranes for Structures j. 556, Pipe Underdrains Texas Department of Transportation (TXDOT), Manual of Testing Procedures: a. Tex-616-J, Construction Fabrics 43 1.4 ADMINISTRATIVE REQUIR�MENTS [NOT USED] 44 1.5 SUBMITTALS 45 A. See Section 03 30 00. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY P120JECT # 00951 & 00952 32 32 13 - 3 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 3 of 5 1 1.6 ACTION SUBMITTALS [NOT US�D] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT US�D] 4 1.9 QUALITY ASSURANC� 5 A. See Section 03 30 00. 6 1.10 DELIVERY, STORAG�, AND HANDLING 7 A. See Section 03 30 00. 8 l.11 SITE CONDITIONS 9 A. Ambient Conditions: See Section 03 30 00. 10 1.12 WARRANTY [NOT USED] 11 12 13 PART 2 - PRODUCTS 2.1 OWNER-FURNISH�D PRODUCTS [NOT USED] 2.2 MATERIALS 14 A. Concrete and Reinforcing Steel 15 l. Concrete Retaining Wall with Sidewalk 16 a. Section 03 30 00. 17 2. T�OT Standard — Spread Footing Walls 18 a. 420, Concrete Structures. 19 b. 421, Hydraulic Cement Concrete. 20 c, 440, Reinforcing Steel. 21 d. 445, Galvanizing. 22 e. 458, Waterproofing Membranes for Structures. 23 B. Backfill 24 1. Concrete Retaining Wall with Sidewalk 25 a. Section 31 23 23. 26 2. TXDOT Standard — Spread Footing Walls 27 a. 132, Embankments. 28 29 30 31 32 33 34 35 36 37 38 39 40 C. Underdrains 1. Concrete Retaining Wall with Sidewalk a. Section 33 46 00. 2. T�OT Standard — Spread Footing Walls a. 556, Pipe Underdrains. D. Filter Fabric 1. General a. Provide standard weight fabric for retaining walls and soil separation. b. Provide filter fabric rated as L7V-resistant when used as part of the exposed facing for a temporary wall. c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- woven geotextile fabric, and forms a mat of uniform quality. d. Fabric fibers are continuous and random throughout the fabric. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCCIMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 32 13 - 4 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 4 of 5 1 2 3 4 5 6 7 8 e. The fabric is mildew r•esistant and rot-proof, and it is satisfactory for use in a wet soil and aggregata environment. 2. Physical Requirements: The fabric must conform to the requirements listed in Table 1 when tested in accordance with the test methods specified. Table 1 Filter Fabric Requirements Ph sical Pro erties Test Method Value Fabric Weight, on an ambient Tex-616-J 4 oz/yard temperature air-dried, tension free sample Permittivi , 1/sec ASTM D4491 1.0, min Tensile Strength, lbs ASTM D4632 100 lbs Apparent O ening Size ASTM D4751 70-100 Elongation at ield, ercent ASTM D4632 20-100 Trapezoidal Tear, lbs ASTM D4533 35 Ibs 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURC� QUALITY CONTROL [NOT USED) 11 PART 3 - EX�CUTION 12 3.1 INSTALLERS [NOT US�D] 13 3.2 �XAMINATION [NOT USED] 14 3.3 PREPARA.TION [NOT USED] 15 3.4 INSTALLATION 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3.5 34 A. Construct retaining walls in accordance with details shown on the plans, on the approved working drawings, and to the pertinent requirements of the following Sections: 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00. b. Section 31 23 16. c. Section 31 23 23. d. Section 31 24 00. e. Section 33 46 00. 2. TxDOT Standard — Spread Footing Walls a, 110, Excavation. b. 132, Embankment. c. 400, Excavation and Backfill for Structures. d. 423, Retaining Walls e. 420, Concrete Structures. £ 458, Water proofing Membranes for Structures. g. 556, Pipe Underdrains. REPAIR A. See Section 03 30 00. I CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 32 32 13 - 5 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 5 of 5 1 2 3 4 5 6 7 8 9 10 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. See Section 03 30 00. 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJUSTING [NOT US�D] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 3.12 PROT�CTION [NOT USED] 313 MAINTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT US�D] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FOIZT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2�3 Revised July 1, 201 I CITY PROJECT # 00951 & 00952 32 91 19 - 1 'COPSOtL PLACEMENT AND FINISHING OF PAI2KWAYS Page 1 of 3 1 2 SECTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnish and place topsoil to the depths and on the areas shown on the plans. 7 B. Deviations from City of Fort Worth Standai•ds 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. ] 3 1.2 PRICE AND PAYMENT PROCEDURES 14 15 16 17 18 19 20 21 22 23 24 A. Measurement and Payment l. Measurement: a. Topsoil: measure by the cubic yard in place. 2. Payment: a. Contract unit price and total compensation for loading, hauling, placing and furnishing all labor equipment, tools, supplies, and incidentals as necessary to complete work. b. All excavation required by this item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations involved. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROCIP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 32 91 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.3 2 1.4 3 1.5 REF�R�NCES [NOT US�D] ADMINISTRATIVE REQUIR�M�NTS [NOT USED] ACTION SUBMITTALS 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 5 1.7 CLOS�OUT 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 US�D] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 13 2.1 2.2 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] MATERIAI�S A. Topsoil l. Use easily cultivated, fertile topsoil that: a. is free from objectionable material including subsoil, weeds, clay lumps, non- soil materials, i•oots, stumps or stones larger than 1.5 inches b. has a high resistance to erosion, and c. is able to support plant growth. 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. 4. pH: 5.5 to 8.5. 5. Liquid Limit: 50 or less. 6. Plasticity Index: 20 or less. 7. Gradation: maximum of 10 percent passing No. 200 sieve. B. Water: Clean and free of industrial wastes and other substances harmful to the growth of vegetation. ACC�SSORI�S [NOT USED] SOURCE QUALITY CONTROL [NOT USED] 14 15 16 17 ra 19 20 21 22 23 24 25 26 27 28 2.3 29 2.4 30 PART 3 - �XECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 �XAMINATION [NOT USED] 33 3.3 P1tCPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. Finishing of Parkways. 36 1. Smoothly shape parkways, shoulders, slopes; and ditches. CITY OF FORT WORTH 2O07 CRITTCAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECP # 00951 & 00952 32 91 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 3.5 21 3.6 22 3.7 3.10 CLEANING [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 26 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 2. Cut parkways to finish grade prior to the placing of any improvements in or adjacent to the roadway. 3. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways six inches and backfill witl� top soil. 4. Make standard parkway gi•ade perpendicular to and draining to the curb line. a. Minimum: 1/4 inch per foot. b. Maximum:4:1. c. City may approve variations fi•om these requirements in special cases. 5. Whenever the adjacent propei-ty is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. 6. The design grade from the parkway extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at rnaximum slope of 4:1. B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specifed. 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 rolle�• or other suitable equipment. [REPAIR.]/[R�STORATION] [NOT USED] R�-INSTALLATION [NOT US�D] FIELD QUALITY CONTROL [NOT USED] 2'1 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT US�D] 29 3.14 ATTACHMENTS [NOT USEDJ 30 31 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE r CITY OP FORT WORTH 2O07 CRITTCAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised J�ly 1, 2011 CITY PRO7ECT # 00951 & 00952 329213-1 HYDROMULCHING, SEEDING AND SODDING Page 1 of? � SECTION 32 92 13 HYDROMULCHiNG, SEEDING AND SODDING fc�77 �� �[i �!� DJ�i�'71! 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnishing and installing grass sod and permanent seeding as shown on plans, or as 7 directed. 8 B. Deviations from City of Fort Worth Standards 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 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 1.3 A. Measurement and Payment l. Measurement a. Block Sod Placement: measure by the square yard. b. Seeding: measure by the square yard by the installation method. c. Mowing: measure by each. 2. Payment a. Block Sod Placement: contract unit price and total compensation for furnishing and placing all sod, rolling and tamping, watering (until established), disposal of all surplus materials, and material, labor, equipment, tools and incidentals necessary to complete the woi•k. b. Seeding: contract unit price and total compensation for furnishing all materials including water for seed-fertilizer, slurry and hydraulic mulching, water and mowing (until established), fertilizer, and material, labor, equipment, tools and incidentals necessary to complete the work. c. Mowing: contract unit price and total compensation for material, labor, equipment, tools and incidentals necessary to complete the work. REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIItEMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS 35 36 37 38 39 40 A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS). b. Name and type of seed. 2. All seed shall be tested in a laboratory with certiiied results presented to the City in writing, prior to planting. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC"I' # 00951 & 00952 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 7 1 3. All seed to be of the previous season's crop and the date on the container shall be 2 within twelve months of the seeding date. 3 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 4 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 5 � 1.9 QUALITY ASSURA.NCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Block Sod 8 1. Protect from exposure to wind, sun and freezing. 9 2. Keep stacked sod moist. 10 B. Seed 11 1. ff using native grass or wildflower seed, seed must have been harvested within one 12 hundred (100) miles ofthe construction site. 13 2. Each species of seed shall be supplied in a separate, labeled container for 14 acceptance by the City. 15 16 17 18 19 C. Fertilizer 1. Provide fertilizer labeled with the analysis. 2. Conform to Texas fertilizer law, 111 T'IELD [SITE] CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS [NOT US�D] 21 2.1 OWNER-FURNISHED PRODUCTS [NOT US�D] 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2.2 MA.TERIA.LS AND EQUIPM�NT A. Materials 1. Block Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass), 2) "Cynodon dactylon" (Common Bermudagrass), 3) "Buchloe dactyloides" (Buffalograss), 4) an appt•oved 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. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COIINCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 7 1 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 2 handled and rolled without breaking. 3 h. Broken or torn sod or• sod with uneven ends shall be rejected. 4 2. Seed 5 a. General 6 1) Plant all seed at rates based on pure live seed (PLS) 7 a) Pure Live Seed (PLS) determined using the formula: 8 (1) Percent Pure Live Seed = Percent Purity x[(Percent Germination + 9 Percent Firm or Hard Seed) + 100] 10 2) Availability of Seed 11 a) Substitution of individual seed types due to lack of availability may be 12 permitted by the City at the time of planting. 13 b) Notify the City prior to bidding of difficulties locating certain species. 14 3) Weed seed 15 a) not exceed ten percent by weight of the total of pure live seed (PLS) 16 17 18 19 20 21 22 23 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 24 25 26 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolzum mult�orum 85 90 75 BeYmuda (unhulled) cynodon daclylon 95 90 27 28 29 30 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 2) Plant between September 10 and April 15 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 31 Common Name Green Sprangletop Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestem Eastern Grama Blue Grama Switchgrass Prairie Wildrye* Botanical Name Leptochloa dubia Bouteloasa curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gerardii Tripscacum dacryloides Bozrteloua gracilis Panicum virgatum Elymus canadensis CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCTL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1� 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 Lbs. PLS/Acre Common Name Botanical Narne 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuber�osa 2.0 Clasping Coneflower* Rudbeckia arnplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Parlridge Pea Cassia fasciculata 2.0 Prau�ie Verbena Ve�•bena bipinnatifrda 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rztdbeckia hirta 18A Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia inter•media 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 wallcway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional nnechanical 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 diy weight basis. e. Additives: binder in powder form. f. Form a strong moisture retaining mat. 4. Fertilizer a. acceptable condition for distribution b. applied uniformly over the planted area. c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding. 2) Newly established seeding areas - 100 pounds of nitrogen per acre. 3) Established seeding areas - 150 pounds of nitrogen per acre. 5. Topsoil: See Section 32 91 19. 6. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed oi• to the growth of the vegetation. 7. Soil Retention Blanket a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Of�ce Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 7 2 2.3 ACC�SSORIES [NOT USED] 3 2.4 SOURC� QUALITY CONTROL (NOT USED] 4 PART 3- EX�CUTION [NOT USED] 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAM.INATION [NOT USED] 7 3.3 PItEPARATION 8 A. Surface preparation: clear surface of all material including: 9 1. Stumps, stones, and other objects larger than one inch. 10 2. Roots, brush, wire, stakes, etc. 11 3. Any objects that may interfere with seeding or maintenance. 12 13 14 15 16 B. Tilling 1. Compacted areas: till one inch deep. 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less seed/water run-off. 3. Areas near trees: Do not till deeper than one half inch inside "drip line" of trees. 17 3.4 INSTALLATION 18 A. Block Sodding 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 1. General: a. Place sod between curb and walk and on terraces that is the same type grass as adjacent grass or existing lawn. b. Plant between the average last freeze date in the spring and 6 weeks prior to the average first freeze in the fall. 2. Installation a. Plant sod specified after the area has been completed to the lines and grades shown on the plans with 6 inches of topsoil. b. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. c. Keep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fill voids left in the solid sodding with additional sod and tamp. f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. 3. Watering and Pinishing a. Furnish water as an ancillary cost to CONTRACTOR by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Thoroughly water sod immediately after planted. c. Water until established. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS GROUP 2A & GROUP 2B Revised 7uly l, 2011 CITY PROJECT # 00951 & 00952 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch per week should be applied until accepted. Tf applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B, Seeding l. General a. Seed only those areas indicated on the plans 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 two directions at right angles to each other. b. Harrow or rake lightly to cover seed. a Never cover seed with more soi] than twice its diameter. d. For wildflower plantings: 1) scalp existing grasses to one inch. 2) remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the plans or as directed, b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. f. Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. 2) Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. 3) Mixture is applied within thirty (30) minutes after placed in the equipment. b. Placing 1) Unifortnly distribute in the quantity specified over the areas shown on the plans or as directed. 5. Fertilizing: uniformly apply fertilizer over seeded area. 6. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as deiined in 3.13.B. b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a nnanner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount o� water that is equal to the average amount of rainfall plus one half inch per week should be applied until accepted. CTTY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 7 1 2 3 4 5 6 7 8 9 lo 11 12 13 14 15 16 17 18 19 20 21 22 23 24 3.5 [REPAIR]/[R�STORA,TION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USEDj 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed. b. Vegetation is free from bare areas. 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of three inches with one mow cycle performed by the CONTRACTOR prior to consideration of acceptance by the City. 25 C. Rejection 26 1. City may reject block sod or seeded area on the basis of weed populations. 27 3.14 ATTACHMENTS [NOT USED] 28 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTftUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT {t 00951 & 00952 330130-1 SEWER AND MANHOLE TESTING Page 1 of 5 � 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 1.2 SECTION 33 0130 SEWER AND MANHOLE TESTING A. Section Includes: 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing far sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- inch pipe and smaller. 4. Hydrostatic testing is not allowed. 5. Manhole testing will include vacuum test. B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 80 00 — Modiiications to Existing Concrete 4. Section 33 04 50 — Cleaning of Sewer Mains PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Pipe Testing 28 a. Measurement 29 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 30 completed in place. 31 b. Payment 32 1) The work performed and the materials furnishing in accordance with this 33 Item are subsidiary to the unit price bid per linear foot of sanitary sewer 34 main (pipe) complete in place, and no other compensation will be allowed. 35 2. Manhole Testing 36 a. Measurement 37 1) Measurement for testing manholes shall be per each vacuum test. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item shall be paid for at the unit price bid per each vacuum test completed, CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT N 00951 & 00952 33 O1 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 5 1 c. The price bid shall include: 2 1) Mobilization 3 2) Plugs 4 3) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIV� REQUIREM�NTS [NOT USEll] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section O1 33 00. 9 B. All submittals shall be approved by the Engineer or the City prior to delivery, l0 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] l 1 1.7 CLOSEOUT SUBMITTALS 12 A. Test and Evaluation Repo��ts l3 1. All test reports generated during testing (pass and fail) 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALTTY ASSUFtANC� . 16 A. Certifications 17 1. Mandrel Equipment 18 a. If requested by City, provide Quality Assurance certification that the equipment 19 used has been designed and manufactured in accol•dance to the required 20 specifications. 21 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS [NOT USED] 25 PART 3 - EX�CUTION 26 3.1 INSTALL�RS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 29 30 31 32 33 3.3 PREPARA.TION A. Low Pressure Air Test (Pipe) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. B. Deflection (mandrel) test (Pipe) 1. Perform as last work item before final inspection. CITX OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DTSTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 33 Ot 30 - 3 SEWER AND MANHOLE TESTING Page 3 of 5 2. Clean the sewer rnain and inspect for offset and obstruction prior to testing. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 3. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modi�ed after certiiication will invalidate the deflection test. 2) Mandrel requirements a) Odd number of legs with 91egs minimum b) Effectiva length not less than its nominal diamete�• c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a runner indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter (OD) � Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. C. Vacuum test (Manhole) 1. Plug li$ing holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum is drawn. 4. Plug pipes with drop connections beyond drop. 5. Place test head inside the frame at the top of the manhole. 24 3.4 INSTALLATION 25 A. Low pressure air test (Pipe) 26 1. Install plug with inlet tap. 27 2. Connect air hose to inlet tap and a portable air control source. � 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 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 5. � 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= 0.001 S, cubic feet per minute per square foot of internal surface UNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the eguation above. Stop test if no pressure loss has occurred during the first 25 percent of the calculated testing time. 45 B. Deflection (mandrel) test (Pipe) CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'I' # 00951 & 00952 33 01 30 - 4 SEWER AND MANHOLE TESTING Page 4 of 5 1 2 3 4 5 6 7 8 9 l0 l, For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 throu h 30 4.0 Greater than 30 3.0 C. Vacuum test (Manhole) 1. Draw a vacuum of 10 inches of inercury and turn off the pump. 2. With the valve closed, read the level vacuum level after the reguired test time. 3. Minimum time required for vacuum drop of 1 inch of inercury is as follows: Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole, feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 l6 40 52 67 18 40 59 73 * * T=5 T=6.5 T=8 11 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective 12 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 13 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 14 seconds. 40+6(5)=70 seconds) 15 16 4. Manhole vacuum levels observed to drop greater than 1 inch of inercu�y will have 17 failed the test, 18 3.5 REPAIlt / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 22 23 24 25 26 27 A. Non-Conforming Work 1. Low pressure air test a. Should the air test fail, find and repair leak(s) and retest. 2. Deflection (mandrel) test (Pipe) a. Should the mandrel fail to pass, the pipe is considered overdeflected. b. Uncover overdeflected pipe. Reinstall if not damaged. c, If damaged, remove and replace. CITY OF F�RT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRTJCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised J�ly 1, 2011 C1TY PROJECT # 00951 & 00952 330130-5 SEWER AND MANHOLE TEST[NG Page 5 of 5 1 3. Vacuum test (Manhole) 2 a. Should the vacuum test fail, repaiY• suspect area and retest. 3 1) Extei�nal repairs required for leaks at pipe connection to manhole. 4 a) Shall be in accordance with Section 03 80 00. 5 2) Leaks within the manhole structure may be repaired internally or 6 externally. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USEDJ 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3,12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHM�NTS [NOT USED] 14 15 16 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CI'I'Y OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS GROUP 2A & GROUP 2B Revised Jufy I, 2011 CITY PROJECT # 00951 & 00952 33 Ol 31 - 1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 5 � SECTION 33 Ol 31 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 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 14 15 16 17 18 19 20 1.2 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 4. Section 33 04 50 — Cleaning of Sewer Mains 5. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 6. Section 33 31 21 — Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 7. Section 33 31 22 — Sanitary Sewer Slip Lining PRIC� AND PAYMENT PROCEDURES A. Pre-CCTV Inspection l. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video tape log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unii price bid per lineat• foot for "Pre-CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post-CCTV Inspection l. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video tape log. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL D15TRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 O1 31 -2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 5 1 2 3 4 5 6 7 8 9 2, Payment a. The work perfoi�rned and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Post-CCTV Inspection", 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file l0 1.3 REFEItENC�S 11 12 13 14 15 16 l7 18 A. Reference Standards 1. Reference standai•ds cited in this Specification refer to the cw•rent reference standard published at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. 2. City of Fo��t Worth Water Department a. City of Fort Worth Water Department CCT'V Inspection and Defect Coding Program (CCTV Manual). Contact Field Operations to obtain a copy of the CCTV Manual. 19 1,4 ADMINISTRATIV� REQUIR�MENTS 20 A. Coordination 21 1. Meet with City of Fort Worth Water Department staff to conft•m that the 22 equipment, software, standard templates, defect codes and defect rankings are being 23 used, if required. 24 1.5 SUBMITTALS 25 A, Submittals shall be in accor•dance with Section Ol 33 00. 26 27 1.6 28 29 30 31 32 33 34 35 1.7 36 37 38 B. All submittals shall be approved by the Engineer or the City prior to delivery. INFORMATIONAL SUBMITTALS A. Pre-CCTV submittals for sanitary sewer lines 24 inches and larger, if required 1. Project schedule 2. Listing of cleaning equipment and procedures 3, Listing of flow diversion procedures 4, Listing of CCTV equipment 5, Listing of backup and standby equipment 6, Listing of safety precautions and traffic control measures CLOS�OUT SUBMITTALS A. Post-CCTV submittals 1. 2 copies of CCTV video results on DVD 2. 2 hard copies of Inspection Report CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUF' 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 01 31 - 3 CLOSED CIRCUIT TELEV[SION (CCTV) INSPECTION Page 3 of 5 1 l.$ MAINTENANC� MATERIAL SUBMITTALS [NOT US�D] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USEDJ 4 � l.11 FIELD [SITE] CONDITIONS [NOT US�D] 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS [NOT USED] 7 PART 3 - EXECUTION 8 0 �i7 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PIt�PARATION 11 A. CCTV Equipment 12 l. Use equipment specifically designed and constructed for such inspection. 13 2. Use equipment designed to operate in 100 percent humidity conditions. 14 3. Use equipment with a pan (�270 degrees), tilt, and rotates (360 degrees). 15 4. Use camera with an accurate footage counter that displays on the monitor the 16 distance of the camera (to the nearest 1/10 foot) from the centerline of the starting 17 manhole. 18 5. Use camera with height adjustment so camera lens is always centered at 1/2 the 19 inside diameter, or higher, in the televised pipe. 20 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 21 7. Provide color video. 22 8. Use the Fort Worth Water Department standardized inspection and coding program 23 by I.T. soflware with pre-configured template. 24 a. See CCTV Manual. 25 B. Temporary Bypass Pumping — Conform to Section 33 03 10. 26 C. Cleaning — Conform to Section 33 04 50. 27 3.4 INSPECTION (CCT� 28 29 30 31 32 33 34 35 A. General 1. Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to pertnit proper documentation of the main's condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. 5. During investigation stop camera at each defect along the main. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33Oi31-4 CLOSED CIRCUIT'I'ELEVISION (CCTV) INSPECTION Page 4 of 5 1 2 3 4 5 6 7 8 9 l0 I1 12 13 l4 IS � 7 : a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV ManuaL Pan and tilt the camera to provide additional detail at: a. Manholes b, Se�•vice connections c. Joints d. Visible pipe defects such as ct�acks, broken or deformed pipe, holes, offset joints, obstructions or debris e. Infiltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear� to be typical for normal pipe conditions Provide accurate distance measurement. a, The meter device is to be accurate to the neaa•est 1/10 foot. CCTV inspections are to be continuous. a, Do not provide a single segment of main on more than 1 DVD. 16 17 18 19 20 21 22 23 24 25 26 27 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. 3, Provisions for repairing or r•eplacing the impassable location are addressed in Section 33 31 20, Section 33 31 21 and Section 33 31 22. C. Post-Installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 04 50. 28 D. Documentation of CCT'V Inspection 29 1, Follow the CCTV Manual for the inspection video, data logging and reporting. 30 3.5 REPAIR / It�STORA.TION [NOT USED] 31 3.G RE-INSTALLATION [NOT USED] 32 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 33 3.8 SYSTEM STARTUP [NOT US�Dj 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING 36 A. See Section 33 04 50. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 O1 31 - 5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 5 1 3.11 CLOS�OUT ACTIVITI�S [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 �ND OF SECTION 0 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty 1, 2011 CITY PROJECT # 00951 & 00952 330411-1 CORROSION CONTROL TEST STATIONS Page 1 of 7 1 2 3 PART1- GENERAL 4 1.1 SUMMA.RY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 S�CTION 33 04 11 CORROSION CONTROL TEST STATIONS A. Section Includes; 1. Test station materials and installation requirements, as shown on the Drawings, at: a. Foreign pipeline crossings b. Cased crossings c, Below-grade pipeline electrical isolation joints 2, Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: a, Testing to determine the effectiveness of the installed Cathodic Protection systems and to allow for startup adjustments b. Testing to determine interference effects from and on adjacent or crossing foreign underground structures c. Testing to determine sources and rnagnitude of stray DC cun•ents and required mitigative measures d. Periodic monitoring to determine status of existing Cathodic Protection systems, stray current and foreign line influence B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 04 12 — Magnesium Anode Cathodic Protection System 27 1,2 PRICE AND PAYMENT PROCEDURES 28 29 30 31 32 33 34 A. Measurement and Payment l. Measure a. This Item is considered subsidiary to the Cathodic Protection construction. 2. Payment: a. The work performed and the materials furnished in accordance witl� this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 35 1.3 REFERENCES 36 A. Reference Standards 37 1. Reference standards cited in this Speciiication refer to the current reference 38 standard published at the time of the latest revision date logged at the end of this 39 Speciiication, unless a date is specifically cited. 40 2. NACE International (NACE). CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 330417-2 CORROSION CONTROL TEST STATIONS Page 2 of 7 1 1.4 ADMINISTRATIVE I2EQUIR�M�NTS [NOT USEll] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section Ol 33 00. 4 B, All submittals shall be approved by the Engineer or the City prior to delivery and/or 5 fabrication for specials, 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Submit pr•oduct data for all components of the Corrosion Control Test Stations. 9 Data submitted shall include: 10 a. Test Station 11 b. Wiring 12 c. Splicing materials 13 d. Thei-mite weld materials 14 e. Weld coatings 15 1.7 CLOSEOUT SUBMITTALS 16 A. Structure-to-soil potential data shall be submitted to the City. 17 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE 19 A. Certiiications 20 1. Provide manufacturer's certiiications that all components of the corrosion control 21 system meet the requirements of the Contract Documents. 22 a. The certification shall reference the applicable Section of the Specifications and 23 the applicable standard details. 24 B. Inspection 25 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or 26 during, installation. 27 28 29 30 31 32 33 34 35 36 37 38 39 C. Drawings l. The drawings for the corrosion controi test stations are diagrammatic and shall nofi be scaled for exact locations, unless scales are explicitly stated on the specific drawing. 2. Field conditions, conflicts with other utilities or mechanical and structural features shall determine exact locations. 3. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. 4. Any damaged utilities shall be repaired to the satisfaction of the City at the Contractor's expense. 1.10 DELI"VERY, STORAGE, AND HANDLING A. Delivery 1. Coordinate the delivery of test station materials. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT #100951 & 00952 330411-3 CORROSION CONTROL TEST STATIONS Page 3 of 7 1 B. Storage and Handling Requirements 2 1. Secure and maintain a location to store the material in accordance with Section O1 3 66 00. 4 C. Packaging Waste Management 5 l. Dispose of waste materials properly and remove from job site after installation is 6 complete. 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1..12 WAR1tANTY [NOT USED] 9 PART 2 - PRODUCTS 10 2.1 OWNER-FURNISHED [oR] OWN�R-SUPPLIEDPRODUCTS [NOT USED] 11 12 13 14 15 16 17 18 19 20 2] 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 2.2 MAT�RIALS A. Flush Mount Test Stations 1. Test stations shall consist of test wires, a terminal head and a trafiic box as shown on the Drawings. 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing Company or approved equal. 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved equal. 5. Install a marker sign adjacent to all flush-mounted test stations. B. Above-Grade Test Stations 1. At test station locations where flush mounted structures cannot be installed, or where stated on Drawings, an above-grade test station shall be used, and placed such that possible damage from vandalism, trafiic, etc. is minimized. 2. The test station shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing or approved equal. 3. The "Big Fink" test station shall be mounted on a 5 foot length of 3-inch diameter UV-resistant plastic conduit in populated locations, and mounted on a 5 foot length of 3-inch diameter concrete filled galvanized steel conduit in low population locations. 4. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. a. If exposed to traffic, provide a frangible base for test station. S. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. 6. The test station conduit shall be installed with a 24-inch x 24-inch x 6-inch concreie pad. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 04 11 - 4 CORROSION CONTROL TEST STATIONS Page 4 of 7 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 2.3 C. Permanent Reference Electrodes 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package as manufactured by Con•pro Companies, Inc. or approved equal. 2, Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. D. Test Station Lead Wires l. Test station lead wires of all sizes shall have TW, THW,� or THHN insulation as shown on the Drawings. 2. Insulation type shall be color coded based upon connection to underground structures. a, Water piping; white b. Foreign structures: red c. Steel casings: yellow d. Pei7nanent refer•ence cells; blue e, Anode header cable: blacic (HMWPE) 3. Test station lead wires shall be terminated on the test station terminal board utilizing cr�imped on solderless ring terminals. 4. All terminal boards shall be wired by the installer as shown on the Drawings. E. Thermite Weld Equipment l. Charges and Molds a. Weld cha�•ges and mold size shall be specified by the manufacturer for the specific surface configuration. b. Use only the correct charges for the specific application, c, Welding charges and molds shall be Erico, Cadweld or Continental Industries Thermoweld. 2. Weld Coating a. Coat weld with Stopaq CZ tape or approved equal. ACCESSORIES [NOT USED] 30 2.4 SOUR.CE QUALITY CONTROL [NOT US�D] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USEDJ 34 3.3 PREPARATION [NOT USED] 35 3.4 APPLICATION / INSTALLATION 36 1. Install test stations at each of the locations scheduled on the Drawings, At a 3'7 minimum, test stations are required at each of the following locations: 38 a. At all major underground metallic pipeline crossings 39 b. At all cased crossings and tunnels (both ends) 40 c. At all underground isolation flanges 41 d. At all magnesium anode ground bed locations CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju(y 1, 2011 C1TY PROJECT �# 00951 & 00952 330411-5 CORROSION CONTROL TEST STATIONS Page 5 of 7 B. General 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1& 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1 � Install test stations at locations indicated on Drawings. a, If a flush mounted test station is not feasible in a particular location, then an above-grade test station may be used, subject to approval by the City or its designated representative. Use continuous test station lead wires without cuts or tears in the insulation. 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. a. If the pipe is installed under a road, place the test station at the curb for easy access. 4. Attach test lead wires to the pipe by theiYr►ite welding. 5, Attach test wires to the pipe prior to backfilling. 6. Use color coded test wires as indicated on the Contract Documents. 7. Wire test station terminal board configurations as shown on the Drawings. 8. At fareign pipeline crossing test stations: a. Notify the owners of the pipeline and obtain permission before the test leads are connected to their pipeline. b. The foreign pipeline owner should have a representative present. c. Contractor shall not install lead wires or bond wires on foreign pipelines. d. If foreign pipeline owner refuses test leads connected to their pipeline, then document owner's refusal and install potential test station on water main. e. Document the owner's contact name, phone number, email address and date of contact. f. Submit documentation to the City or its designated representative. C. Flush-Mount Test Stations 3 4, 1. Install as shown on the Drawings. 2. Sufiicient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. Install with permanent copper sulfate reference electrodes where indicated on the Drawings. � a. Install permanent reference electrode approximately 6 inches from the pipe. b. Compact native soil by hand around the electrode. c. The balance of the back�ll shall be select granular back�ll material. d. Saturate the back�lled permanent reference electrode with 5 gallons of water. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. a. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. D. Above-Grade Test Stations l. Install above-grade test stations where a flush mounted test station cannot be located. 2. Use and location of above-grade test stations shall be approved by the City or its designated representative. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COtJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT �l 00951 & 00952 330411-6 CORROSION CONTROL TEST STATIONS Page 6 of 7 1 2 3 4 5 6 7 8 9 10 I1 l2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3.5 3. Locate test station adjacent to a permanent structure (e,g, a power pole), if available, for physical protection. 4. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling, 5, Pour a 24-inch x 24-inch x 6-inch concrete pad at grade around the test station conduit, 6. Fill the interior of the 3-inch above-grade test station steel galvanized conduit with Portland cement concrete after installation of the test statians wires. E. Test Lead Wire Attachment 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and ductile iron pipelines as shown on Drawings. a, See Dz•awings. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. When connecting directly to the pipe, use a grinding wheel to reinove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a. Grind the surface to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch oi insulation removed fi•om each end, exposing clean, oxide-free copper for welding. 5. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller wires. 6. Place the metal dislc in the bottom of the rnold. 7. Pour the thermite weld charge into the mold. 8. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 9. Close the mold cover and ignite the starting powder with a flint gun. 10. After the exothermic reaction, remove the thermite weld rnold and gently strike the weld with a hammer to remove the weld slag. 11. Pull on the wire to assure a seciue connection. 12. Tf the weld is not secure or the wire breaks, repeat the procedure. 13. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape. F. Post Tnstallation Backfilling of Test Station — Lead Wires - 1. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 2. After completion of the backfilling of the test wires to the pipe, verify the � connection by measuring and recording a pipe-to-soil potential. 3. Replace any test wire found to have a high resistance connection. REPAIR / RESTORATION [NOT USED] . 39 3.6 RE-INSTALLATION [NOT USED] 40 3.7 FIELD QUALITY CONTROL 41 A. All test stations shall be visually inspected during the final walk through. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty 1, 2011 CI1'Y PROJECT # 00951 & 00952 330411-7 CORROSION CONTROL TEST STATIONS Page 7 of 7 1 2 3 4 3.8 3.10 CL�ANING [NOT USED] 3.11 CLOSEOtTT ACTIVITI�S [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE A. Refer to Section 33 04 12. 3.14 ATTACHMENTS [NOT USED] 5 A. Commissioning 6 1. Native state structure-to-soil potentials shall be acquired along the water main and 7 submitted to the City. 8 B. Method 9 1. Measure native state structure-to-soil potentials along the water line using a l0 portable reference electrode at the following locations: 11 a. Each test station 12 b, Above grade pipeline appurtenances 13 c. Test stations on foreign pipelines crossing or parallel to the water main. 14 2. Verify that all electrical isolation devices are operating properly including flange 15 isolators and casing spacers. 16 , C. Contractor is responsible for all testing. 17 D. All testing is to be done by or under the supervision of certifed NACE personnel. 18 E. Record results and submit in accordance with this Specification. 19 3.9 ADJUSTING [NOT USED] 20 21 22 23 24 25 26 27 28 B. Materials or installation work not conforming to the t•equirement of this Speciiication shall be replaced or• repaired to the City's satisfaction. C, Damaged or missing test station components shall be replaced by equal components. SYSTEM STARTUP END OI+ SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COtTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 1 2 SECTION 33 0412 MAGNESIUM ANODE CATHODIC PROTECTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requireznents for Cathodic Protection Systems on concrete cylinder pipes, carbon 7 steel pipes and ductile iron pipes using Magnesium Anodes 8 2. The Cathodic Protection System shall include, but not be limited to the following: 9 a, Materiais and installation 10 b. Post-installation survey 11 c. Final Report to include recommendations 12 B. Deviations from tliis City of Fot�t Worth Standard Specification 13 1. None, 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Divisionl — General Requirements 18 3. Section 33 OS 26 — Utility Markers/Locators 19 1.2 PRIC� AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Measurement and Payment l. Measure a. Measureznent for this Item shall be by lump sum. 2. Payment; a. The worlc perfonned and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Cathodic Protection" for each material of utiliiy pipe bid. 3, The price bid shall include: a. Mobilization b. Anode groundbeds c. Anode test stations d. Excavation e. Furnishing, placement, and compaction of backiill £ Field welding g. Connections h. Adjustments i. Testing j. Clean-up k. Start-up/Commissioning 39 1.3 IZEFERENCES 40 A. Abbreviations and Acronyms CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' 1t 00951 & 00952 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 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 l. AWG: American Wire Gauge 2. CSE; Copper/Copper Sulfate Reference Electrode 3. HMWPE: High Molecular Weight Polyethylene B. Definitions 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 3. Cathode: The electrode of an electrochemical cell at which reduction is the principal reaction. 4. Cathodic Polarization: The change of electrode potential in the negative direction caused by direct current (DC) flow across the electrode/electrolyte interface. 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction with its environment. 7. Corrosion Control Engineer: NACE certified, licensed engineer in the state of Texas, employed by a Corrosion Engineering Firm. 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection design on behalf of the Contractor. 9. Criterion: Standard %r assessment of the effectiveness of a Cathodic Protection System. 10. Current: Flow of electric charge. 11. Electrode: A conductor used to establish contact with an electrolyte and through which current is transferred to or from an electrolyte. 12. Electrolyte: A chemical substance containing ions that migrate in an electric field (i.e., soil or water). 13. Foreign Structure: Any metallic structure that is not intended as a part of a system under Cathodic Protection. 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is less active (more noble) when electrically coupled in an electrolyte. 15. Interference: Any electrical disturbance on a metallic structure as a result of stray current. 16. Pipe-to-Electrolyte Potential: The potential difference between the pipe and the electrolyte that is measured with reference to an electrode in contact with the electrolyte. 17. Polarized Potential: The potential across the structure/electrolyte interface that is the sum of the free corrosion potential and the cathodic polarization 18. Reference Electrode: An electrode whose open-circuit potential is constant undex similar conditions of ineasurement and is used to measure the relative potentials of other electrodes 19. Stray Current: Current flow through paths other than the intended circuit. 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. C. Reference Standards NACE International (NACE). CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC"I' # 00951 & 00952 33 04 12 - 3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1 1.4 ADMINISTRATIVE ItEQUIItCMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submitlals shall ba in accordance with Section Ol 33 00. 4 B. All submittals shall be approved by tlie Engineer or the City prior to delivery, 5 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 7 8 9 10 11 12 13 14 A, Product Data 1. Submit product data for all components of the Cathodic Protection System. Data submitted shall include: a. Anodes b. Anode Test Stations c. Wiring d. Splicing Materials e. Thermite Weld Materials f. Weld Coatings 15 1.7 CLOSEOUT SUBMITTALS 16 17 18 19 20 21 22 23 24 25 A. The results of all testing procedures shall be submitted to the Engineer or the City for review and approval. Testing information required includes: 1. Anode groundbed current outputs 2. Pipe-to-soil potentials 3. Results of interference testing 4. Results of electrical isolation joint tests 5, Operating and maintenance instructions B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. C. Provide written documentation fi•om the Corrosion Control Engineer of any deficiencies discovered during the post installation inspection. 26 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Qualifications 30 1. Cathodic Protection installer shall show adequate documented experience in the 31 type of Cathodic Protection work required for the project. 32 B. Certifications 33 l. The Contractor shall, upon request by City, furnish manufacturer's certi�ed test 34 reports that indicate that anodes meet Speci�cations and that all tests have been 35 performed in accordance with the applicable standards. 36 1.10 DELIVERY, STORAGE, AND HANDLING 37 38 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. B. Storage and Handling Requirements CTfY OF FORT WORTH 2O07 CRIT7CAL CAPITAL PROJECT, COUNCTL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 33 04 12 - 4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 1 2 1. Secure and maintain a location to store the material in accordance with Section Ol OS 00. 3 C. Packaging Waste Management 4 1, Dispose of anode and thermite weld material packaging properly and remove from 5 the job site after installation is complete. 6 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 7 1.12 WARRANTY [NOT USED] 8 PART2- PRODUCTS 9 21 OWNER-FUI2NISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 10 I1 12 13 14 15 16 2.2 MATERIALS A. Sacrificial Anodes - Magnesium 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: Element Content % Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum (Total Ma nesium Remainder 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 2. Magnesium Anode Current Capacity a. Magnesium Anodes require a current capacity of no less than 500 amp-hours per pound of magnesium. 3. Anode Backfill Material a. Use chemical backfill material around all galvanic anodes. b. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode and prevents passivation of the anode. c. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: 1) Ground hydrated gypsum: 75 percent 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 4) Have a grain size backiill such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. d. Completely sur�•ound the anode with the back�ll mixture within a cotton bag. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTFtICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised 7uly l, 201 I CITY PROJECT �l 00951 & 00952 330412-5 MAGNE3TUM ANODE CATHODIC PROTECTION Page 5 of 10 1 2 Anode Weight Bacl�ll Weight Total Weight ounds ounds ounds 17 44 61 20 50 70 32 58 90 40 65 105 48 48 96 � 60 70 130 3 4 5 6 7 8 9 10 11 12 13 14 15 16 C. Crimping Lugs 17 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be 18 copper compression crimpit CatalogNo. YC10C10 as manufactured by Burndy, or 19 approved equal. B. Splicing Tape e. For cast magnesium ingots, the required weight of backfill shall be as follows: 4, Anode Lead Wires a. Foi• the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 AWG solid copper wire equipped with TW of THW insulation, 5. Lead Wire Connection to Magnesium Anode a, Cast Magnesiunn Anodes with a 20 gauge galvanized steel core. b. Extend 1 end of the core beyond the anode for the lead wire connection. c. Silver-solder the lead wire to the core and fully insulate tlle connection. 1. Tape used for covering anode lead wire to anode header cable connections shall be 2 layers of Scotch 130C rubber splicing tape, then 2layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. 20 D. Anode Header Cable 21 1. Anode header cables routed between the anode groundbed and the test stations shall 22 be #10 AWG stranded copper conductors with type HMWPE insulation (black). 23 24 25 26 27 28 29 30 31 32 33 E. Anode Test Stations 1. 2. 3. 4. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as rnanufactured by CP Test Services, or approved equal. The Precast Concrete h•affic box shall be a 10.25-inch diameter 3�RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved equal. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- inch square concrete pad. 34 35 36 5. Install a marker sign adjacent to all flush-mounted test stations. F. Shunt 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by Holloway, or approved equal. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' �l 00951 & 00952 330412-G MAGNESIUM ANODE CATHODIC PROTECTION Page G of 10 1 2. There shall at least 1 shunt in each Magnesium Anode test station. 2 G. Test Lead Wire 3 l, Test station lead wires shall be #12 AWG stranded copper cable with type TW, 4 � THW or THHN insulation, black in color. 5 H. Permanent Reference Electrode 6 1. The peimanent reference electrode shall be a copper sulfate Permacell Plus double 7 membr•ane ceramic cell in a geomembrane package, as manufactured by Corrpro 8 Companies, Inc., or approved equal. 9 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded 10 copper wire with blue HMWPE insulation of suitable length to attach to the 11 terminal board of the test station. 12 I. Marker Sign 13 l. Provide marker sign in accordance with Section 33 OS 26. 14 2.3 ACCESSORIES [NOT US�D] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTTON 17 3.1 INSTALL�RS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 INSTALLATTON A. Installation of Sacri�cial Anodes 1. Placement a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep hole or by trenoh maintaining the same spacing as shown on the Drawings. b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of the pipe. c. Anodes shall be installed within the pipeline right-of-way. 2. Augured Hole a. The anode hole diameter shall easily accommodate the anode. 3. Backfilling a. After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. b. Pour a minimum of 5 gallons of water into the anode hole. c, BackfiIl the remainder of the anode hole. 4. Anode Lead Wire a. Lead wit•es from the anodes shall be run underground at a minimum depth of 24 inches. b. Each anode lead wire shall be connected to an anode header cable as indicated on the Drawings. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT' # 00951 & 00952 33 04 12 - 7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of ] 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2� 28 29 30 31 32 33 34 35 36 37 38 39 40 5. Handling a. Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections, B. Installation of Permanent Anode l. Location a. Install 1 permanent copper sulfate reference electrode at each anode ground bed. b. The permanent reference electrode shall be within 6 inches of the pipe at pipe depth. c. Prepare and install the permanent reference electrode in strict accordance with the manufacturer's recommendations. 2. Placement a. Place the permanent reference electrode in the same ditch with the water line and carefully covered with the same soil as the pipeline backiill. 3. Lead Wire a, Protect the permanent reference electrode lead wire during bacicfill operations and route to the test station along with the water line test leads and anode ground bed cables. C. Installation of Wire and Cable l. Depth a. All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6, inches from other underground structures, 2. Anode Header Cable a, Each anode lead wire shall be connected to a#10 AWG/HMWPE header cable which shall be routed into a flush-to-grade test station. 3. Anode Lead Wire to Header Cable Connection a. Each anode lead wire to header cable connection shall be made using a copper compression connectox. b. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. 4. Anode-to-Pipeline Connection a. Connect each group of anodes to the pipeline through a test station as shown on the Drawings. b. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. 5. A 3-inch wide, yellow, non-detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall be buried at a depth of 18 inches below the surface and along the length of all Cathodic Protection cable trenches. D. Test Lead Wire Attachment 41 1. Test lead cables shall be attached to the pipe by thermite welding. 42 2. The pipe to which the wires are to be attached shall be clean and dry. 43 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and 44 dirt from the pipe over an area approxirnately 3 inches square. 45 a. The surface shall be cleaned to bright metal. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 C1TY PROJECT � 00951 & 00952 330412-8 MAGNESNM ANODE CATHODIC PROTECTION Page 8 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 6 � C'� 7. 8. 16 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 17 should be held firmly in place until all of the charge has burned and the weld has 18 cooled slightly. 19 11. Remove the thermite weld mold and gently strike the weld with a hammer to 20 remove the weld slag. 21 12. Pull on the wire to assure a secure connection. 22 13, If the weld is not secure or the wire breaks, repeat the procedure. 23 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape, or � 24 approved equal. 25 26 27 28 29 30 31 32 33 34 35 1. General a. During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 36 3.5 REPAIR 37 A. Cut wires shall be spliced by using a copper compression connector. 38 1. The connection shall be completely sealed against moisture penetration by the use 39 of rubber tape, vinyl tape and Scotchkote electrical coating. 40 B. Damaged or missing test station components shall be replaced by equal components. E. Flush-to-Grade Anode Test Stations 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide-free copper for welding. Charges and Molds a. Weld charges and rnold size shall be as specified by the manufacturer for the specific surface con�iguration. b. Care shall be taken during installation to be sure correct charges are used. c. Welding charges and molds shall be the product of a manufacturer regularly engaged in the pi•oduction of such materials. Using the proper size theimite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. The metal disk shall be placed in the bottom of the mold. The cap from the weld charge container shall be removed and the contents poured into the mold. 9, Squeeze the bottom of the weld charge container to spread ignition powder over the charge. 1. Flush-to-grade anode test stations shall be installed as shown on the Drawings. 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad, 3. Suf�cient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12 inches above the top of the concrete pad for test purposes. F. Post Installation Backfilling of Cables CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT N 00951 & 00952 33 04 12 - 9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 3.6 ItE-INSTALLATION [NOT US�D] 2 3.7 FIELD QUALITY CONTROL 3 A. Field Tests and Inspections 4 1. All components of the Cathodic Protection System shall be visually inspected by 5 the City prior to commissioning of the system. 6 3,8 SYSTEM STARTUP 7 A. General 8 l, The Cathodic Protection System shall be inspecied, enei�gized and adjusted 9 (commissioned) as soon as possible after the Cathodic Protection equipment has 10 been installed. 11 B. Equipment 12 1. All Cathodic Protection testing instruments shall be in proper working o7•der and 13 calibrated according to factoiy specifications. 14 C. Commissioning 15 1. The commissioning of the Cathodic Protection System shall be performed by, or 16 under the direct supervision of, the Corrosion Engineering Firm qualiiied to verify 17 compliance with this Specification and with the referenced corrosion control 18 standards set forth by NACE International. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 D. Method 1. Measure native state structure-to-soil potentials along the water line using the permanent reference electr•odes at each anode test station and a portable reference electrode at all other test stations and at above grade pipeline appurtenancas. 2. Energize the Cathodic Protection Systern by connecting each Magnesium Anode groundbed to the pipeline lead in the test station junction box by means of a 0.01 ohm shunt. 3. Record each anode groundbed current using the shunt. 4. Allow sufficient time for the pipeline to polarize. 5. Adjust, if necessary, the Cathodic Protection current output in each anode test station to satisfy the 100-mV polarization shift criterion or the -850 millivolts-CSE polarized potential criterion as established by NACE Intet-national standards. 6. Record all final current outputs measured at each test station. 7. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. 8. Verify that interference does not exist with foreign structures. 9. Perform joint tests with owners of the foreign structures (if any) and rnitigate any interference detected. 10. If necessary, install resistance bonds to mitigate interference. 1 l. Interference testing coordination with the owners of foreign structures is the responsibility of the Cathodic Protection tester. E. Veri�cation and Responsibilities Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post-installation inspection. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC"I' # 00951 & 00952 330412-]0 MAGNESIUM ANODE CATHODIC PROTECTION Page ] 0 of 10 1 2 3 4 5 6 7 8 39 ADJUSTING [NOT US�D] 3.10 CLEANING (NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 04 30 - 1 TEMPORARY WATER SERVICES Page i of 4 1 2 3 PART1- GENERAL SECTION 33 04 30 TEMPORARY WATER SERVICES 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Water Service needed to maintain service during water main 7 replacement project 8 B. Deviations from this City of Foi�t Worth Standard Speciiication 9 1. None. 10 11 12 13 14 15 16 17 18 19 20 1.2 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 C, Products Installed But Not Furnished Undar This Section 1. Fire Hydrant Meters 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. Specification 32 12 16 — Asphalt Paving 4. Specification 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Specification 33 12 10 — Water Services 1-inch to 2-inch PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. Measurement for Temporary Water Services will be measured by: 1) Lump sum or 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "MeasuremenY' will be paid for at the unit price bid for "Temporary Water Service" of the type specified. 3. The price bid shall include: a. Temporary water service line b. Connections c. Fittings d. Valves e. Corporation stops f. Temporary asphalt for crossings g. Traf�c Control h. Disinfection i. Removal of temporary services CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRIJCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECT � 00951 & 00952 330430-2 TEMPORARY WATER SERVICES Page 2 of 4 1 1.3 TtEFEItENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard publislied at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifcally cited. 6 2. NSF International 7 a. 61, Drinking Water System Components — Health Effects 8 3. ASTM International (ASTM); 9 a, D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) 10 Based on Controlled Outside Diameter 11 1.4 ADMINISTRATIVE I2�QUIIL�M�NTS 12 A. Scheduling 13 1. Provide advance notice for seivice interruption and meet requirements of Division 14 1. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFOI2MATIONAL SUBMITTALS [NOT USED) 17 18 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USEDj 23 PART 2 - PRODUCTS 24 2.1 OWNER-FURNISHED PRODUCTS 25 26 27 28 29 30 31 32 33 34 35 36 A. Fire Hydrant Meters 2.2 EQUIPM�NT, PRODUCT TYPE, AND MATERIALS A. Description 1. Regulatory Requirements a. All Temporary Water Service components in contact with potable water shall conform to the requirements of NSF 61. B. Materials 1. Service Couplings, Fittings, and Corporation Stops a. Conform to Section 33 12 10. 2. Service lines a. Polyethylene tubing b. Conform to ASTM D3035 and SDR 11 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 C1TY PROJECT # 00951 & 00952 330430-3 TEMPORARY WATER SERV[CES Page 3 of 4 E 1 2 3 4 5 6 7 8 9 10 11 12 13 2.3 3. Temporary Water Service Main a. Galvanized steel pipe b. Conform to Schedule 40. 4. Driveway Approach a. Asphalt 1) Type B Asphalt in accordance with Section 32 12 16 C. Design Criteria 1. Service lines a, 3/a-inch minimum pipe size b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 2. Temporary Water Service Main a. 2-inch minimum pipe size ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] I S PART 3- EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION (NOT USED] 18 3.3 PREPARATION [NOT USED] 19 20 21 22 23 aa 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3.4 INSTALLATION A. General 1. Install Temporary Water Services in accordance with provisions herein and in accordance with City Standard Details. 2. Perform disinfection test of temporary water service main and water services in accordance with Section 33 04 40. B. Temporary Water Service Installation 1. Connect to existing water supply a. Fire hydrant 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. b. If a fire hydrant is not available, tap existing water main. 1) Connect to water main with 2-inch service tap and a corporation stop in accordance with Section 33 12 10. 2) Record water usage with a hydrant meter. 3) Do not tap existing water main, unless approved by the City. 2. Water service a. Connect 3/a-inch water service to 2-inch temporary water service main. b. Remove existing meters, tag with address and provide to City Inspector. c. Connect 3/a-inch temporary water service to existing private service. d. Cover domestic meter bax with protective guard or barricade. C. Intersection and Driveway Approach Crossing for Temporary Water Service l. Crossing for Temporary Water Service Main CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT �l 00951 & 00952 330430-4 TEMPORARY WATER SERVICES Page 4 of 4 1 2 3 4 5 6 � 8 9 10 ]1 12 13 14 15 ]6 17 18 19 mi a. Cover temporary service line with sufficient asphalt to protect service line and to provide a driveable crossing. b. If required to bury temporaty service line due to high volume traffic, or other reasons required by the City, excavate, embed and back�ll in accordance with Section 33 OS 10. 3.5 R�PAIR / RESTORATION [NOT USED] 3.6 I2E-INSTALLATION [NOT USED] 3.7 FIELD [oR) SIT� QUALITY CONTROL A. Field Tests and Inspections 1. Checl< each water setwice installation for leaks with 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 US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOS�OUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE [NOT US�D] 3.14 ATTACHM�NTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 21 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDAFZD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 330440-1 CLEANING AND ACCEPTANCE T'ESTING OF WATER MAINS Page 1 of 7 1 2 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MA1NS 3 PART1- GENERAL 4 l.l SUMMARY 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 A : C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 Ol 31 — Closed Circuit Television (CCTV) Inspection General 1. Before any newly constructed potable water mains will be pei�rnitted to be placed into service in the Fort Worth Water Deparhnent's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code (TAC) established by the Texas Commission on Environmental Quality (TCEQ). Deviations from this City of Fort Worth Standard Specification 1. None. 20 1.2 PRICE AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 A. Measurement and Payment l. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 29 1.3 REFERENCES 30 31 32 33 34 35 36 37 A. Reference Standards 1. Reference standards cited in this Speci�cation refer to the current reference standard published at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): a. C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. c. C651, Disinfecting Water Mains. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty 1, 2011 CITY PROJECT � 00951 & 00952 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 7 1 1.4 ADMINISTRATIVE REQUIR:EMENTS [NOT US�D] 2 1.5 SUBMITTALS 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 � A. Submittals For 24-inch and larger water mains, provide the following: 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging enti•y and exit ports c. Flushing procedures d, Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water £ Disposal 2. Disinfection Plan — prior to the start of construction submit a disinfection plan including: a, The method mixing and inh•oducing chlorine b. Flushing c. De-chlor�ination d. Sampling 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSUI2ANCE [NOT US�D] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 2'7 2.1 OWNER-Fi1RNISHED [oR] OWNER-SUPPLI�D PRODUCTS [NOT USED] 28 2.2 PRODUCT TYPES 29 30 31 32 33 34 35 36 A. Pigs 1. 2. 3. 4. 5. Open cell polyurethane foam body Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot May be wrapped with polyurethane spiral bands Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT � 00951 & 00952 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 7 1 2 6. Pigs shall be able to traverse standa�•d piping arrangements such as 90 degree bends, tees, crosses, wyes, and gate valves. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT US�D] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3.5 REPAIR/RESTORATION [NOT USED] 3.G RE-INSTALLATION [NOT US�D] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING A. General Al] water mains shall be cleaned prior to bacteriological testing. a. Pig a1136-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. Flushing is only permitted when specially designated in the Drawings, or if pigging is not practical and approved by the City. B. Pigging Method 1. If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, remove cleaning wye covers, etc. b. Where expulsion of the pig is reguired through a dead-ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig, d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method Prepat•e the main by installing blow-offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a, Minimum blow-off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main —'/4-inch blow-off 2) 10-inch through 12-inch main — 1-inch blow-off 3) 16-inch and greater main — 2-inch blow-off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discha�•ge chlorinated water. 3) Do not damage private property, 4) Do not create a t�•affic hazard. c. Once Flushing is complete: 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 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 E. Hydrostatic Testing 1. All water main that is to be under pressure, shall be hydrostatically tested to meet the follawing criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactoiy equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the speci�ed pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pi•essures should meet the following criteria: a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less that 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test Fire hydrants to the fire hydrant valve. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 33 04 40 - 5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Close isolation valves for air release valves. 5) Makeup water must come fi•om a container of fixed 55 gallon container that does not have a water source. f, Measure all water used in the pressm�e test through an approved meter, ot• measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula; In inch-pound units, L = SD �IP 148,000 l: c. � � Where: L= testing allowance (make up water), gallons per hour S=length of pipe tested, ft. D= nominal diameter of pipe, in. P= average test pressure during the hydrostatic test, psi For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. There shall be no additional payment to the Cont�•actor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection l. General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other appi•oved source of supply. CTI'Y OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICA't'ION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20] 1 CITY PROJECT # 00951 & 00952 33 04 40 - 6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 7 1 2) At a point not more than 10 feet downstream fi•om the beginning of the new 2 main, water entering the new main shall receive a dose of chlorine. 3 a) Free chlorine concentration: 50 mg/L minimum, or as required by 4 TCEQ, whichever is gceater. 5 b) Chlorine applications shall not cease until the entire conduit is filled � with heavily chlor•inated water. � 3) Retain chlorinated water in the main for at least 24 hours. g a) Operate valves and hydrants in the section n�eated in order to disinfect 9 the appui�tenances. 1 o b) Prevent the flow of chlorinated water into mains in active seivice. 1� c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, 12 minimum, for the treated water in all poc•tions of the main. 13 4) Flush the heavily chlorinated water fi•om the main and dispose of in a 14 manner and at a location accepted by the City. 15 5) Test the chlorine residual prior to flushing operations. 16 a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the 1� new main until the chlorine residual is less the 4 mg/L. 1 g b) The Contractor may choose to evacuate the water into water trucks, or 19 other approved storage facility, and treat the water with Sodium 20 Bisulfate, or another de-cl�lorination chemical, or method appropriate 21 for potable water and approved by the City until the chlorine residual is 22 reduced to 4 mg/L ar less. 23 c) After the specified chlorine residual is obtained, the water may then be 24 discharged into the drainage system or utilized by the Contractor. 25 d. Slug Method 26 1) Water from the existing distribution system or other approved source of 27 supply shall be made to flow at a constant rate in the newly laid main, 28 2) At a point not more than 10 feet downstream from the beginning of the new 29 main, water entering the new main shall receive a dose of chlorine. 30 a) Free chlorine concentration: 100 mg/L minimum, or as required by 31 TCEQ, whichever is greater. 32 b) The chlorine shall be applied continuously and for a suf�cient time to 33 develop a solid column or "slug" of chlorinated water that shall expose 34 all interior surfaces to the "slug" for at least 3 hours. 35 3) Operate the fittings and valves as the chlorinated water flows past to 36 disinfect the appurtenances. 3� 4) Prevent the flow of chlorinated water into mains in active service. 3g 5) Flush the heavily chlorinated water frorn the main and dispose of in a 39 manner and at a location accepted by the City. 40 6) Upon completion, test the chlorine residual remaining in the main. 41 a) Chlorine levels of 4 mg/1 or less should be maintained. 42 2. Contractor Requit•ements 43 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 44 the disinfection method approved by the City with adequate provisions for 45 sampling. 46 b. Make all necessary taps into the main to accomplish chlorination of a new line, 4� unless otherwise specified in the Contract Documents. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DTSTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECI' # 00951 & 00952 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 c. After satisfactory completion of the disinfection operation, as determined by the City, remove surplus pipe at the chlorination and sampling points, plug the remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Bacteriological Testing (Water Sampling) 1. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for• analysis by the City's labol•atory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacter•iological analysis in sterile bottles treated with sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from tha new main. d. Collect at least 1 set of samples frorn every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set fi�om the end of the line and at least 1 set fi•om each branch. e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. £ Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing, 3. Repetition of Sampling a. Unsatisfactory test results require a repeat of the disinfection process and re- sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROT�CTION [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 2O07 CRITICAL CAPITAL PROJECT, COUNCTL DIS'CRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 18 1 2 S�CTION 33 OS 10 UTII.,ITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Section Includes: l. Excavation, Embedment and Back�ll for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment £ Backfill g. Compaction B. Deviations from this City of Foi�t Wo�•th Standard Specification 1. None. C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 02 41 l5 — Paving Removal 5. Section 02 41 14 — Utility Removal/Abandonment 6. Section 03 34 13 — Controlled Low Strength Material (CLSM) 7. Section 31 10 00 — Site Clearing 8. Section 31 25 00 — Erosion and Sediment Control 9. Section 33 OS 26 — Utility Markers/Locators 10. Section 34 71 13 — Traffic Control 37 1.2 PRIC� AND PAYMENT PROCEDURES 38 A. Measurement and Payment 39 1. Trench Excavation, Embedment and Backfill associated with the installation of an 40 underground utility or excavation CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECI' # 00951 & 00952 33OS 10-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 18 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. 3 !� a. Measurement 1) This Item is considered subsidiaiy to the installation of the utility pipe line as designated in the Drawings. b, Payment 1) The worlc pei-formed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. Imported Embedment or Backiill a. Measurement 1) Measured by the cubic yard as delivered to the site and recoi•ded by truck ticket provided to the City b. Payment 1) Imported �11 shall only be paid when using materials for embedment and backfill other than those identiiied 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 yaY•d 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 backiill or embedment 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 pei• 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 fl Removal of ground water control system 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 Subpai�t P), including, but not limited to, all submittals, labor and equipment. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 OS 10 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 1 S 1 1.3 REFERENCES 2 3 4 5 6 7 8 A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D6S3, unless otherwise noted. 2. Definitions far t�•ench width, backfll, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: J J li � :.,) Q m J ¢ z � INITIAL '% BACKFIL� � �- , z �' w '� � �. 0 m SPRING�INE —� � � w ; NAUNCHING � BEODING � FOUNDATION —� � i � � i � PAVED AREAS �:�''k� UNPAVED AREAS ��i\`:.�� /, � � Li Y U Q m J Q z � w z 0 N w � n� OD CLEARANCE EXCAVATED TRENCH WIDTH 9 10 11 12 13 14 15 16 17 18 19 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final back�ll measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 OS 10 - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 18 1 1. Reference standas•ds cited in this Speci�cation refer to the current reference 2 standard published at the time of the latest r•evision date logged at the end of this 3 Specification, unless a date is speci�cally cited, 4 2. ASTM Standards: 5 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 6 b. ASTM C88-OS Soundness of Aggregate by Use of Sodium Sulfate or 7 Magnesium Sulfate 8 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 9 d. ASTM D448-08 Standard Classifcation for Sizes of Aggregate for Road and 10 Bridge Construction, i l e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 12 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 13 £ ASTM D588 — Standard Test method for Moisture-Density Relations of Soil- 14 Cement Mixture 15 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 16 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-mlM3)). 17 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 1 g Place by Sand Cone Method. 19 i, ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 20 (Unified Soil Classification System) 21 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 22 and Other Gravity-Flow Applications 23 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 24 Aggregate in Place by Nuclear Methods (Shallow Depth) 25 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 26 place by Nuclear Methods (Shallow Depth) 2'7 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 28 Weight of Soils and Calculations of Relative Density 29 30 3l 32 33 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- Excavations 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 34 1. Utility Company Notification 35 a. Notify area utility companies at least 48 hours in advance, excluding weekends 36 and holidays, before starting excavation. 37 b. Request the location of buried lines and cables in the vicinity of the proposed 3 8 work. 39 B. Sequencing 40 1. Sequence work for each section of the pipe installed to complete the embedment 41 and backfill placement on the day the pipe foundation is complete. 42 2. Sequence work such that proctors are complete in accordance with ASTM D698 43 prior to commencement of construction activities. 44 1.5 SUBMITTALS 45 A. Submittals shall be in accordance with Section O1 33 00. 46 B. All submittals shall be approved by the Engineer or the City prior to construction. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Shop Drawings 3 1. Provide detailed drawings atld explanation for ground water and surface water 4 control, if required. 5 2. Trench Safety Plan in accordance with Occupational Safety and Health 6 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P- 7 Excavations 8 3. Stockpiled excavation and/or backfill material 9 a. Provide a description of the storage of the excavated material only if the 10 Contract Documents do not allow storage of materials in the right-of-way of the I 1 easement. 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 14 19 QUALITY ASSURANC� [NOT USED] 15 1.10 DELIV�RY, STORAG�, AND IIANDLING 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. Storage 1. Within Existing Rights-of-Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location, b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. 36 B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 37 1.11 FIELD [SITE] CONDITIONS 38 39 40 41 42 43 A. Existing Conditions Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractar. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT � 00951 & 00952 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of I8 1.12 WAI2I2ANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWN�R-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS 4 2.2 MA.T�RIALS 5 6 7 8 9 10 11 12 13 14 15 l6 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Materials 1, Utility Sand a, Granular and free flowing b. Generally nneets or exceads the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably fi•ee of organic material d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 2, Crushed Rock a. Durable crushed rock or recycled cancrete b. Meets the gradation of ASTM D448 size numbers S6, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 £ Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable ciushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C8$ 5. Acceptable Backfill Material a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPEGIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33OS 10-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 18 2 3 4 5 G 7 8 9 l0 11 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 8. Q 10 d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In-situ soils classifed as SP, SM, GP or GM in accordance with ASTM D24&7 b. Blended with in-situ or� imported acceptable backfill material to meet the requirements of an Acceptable Back�ll Material c. Free from deleterious materials, boulders over• 6 inches in size and organics d. Must have 20 pei•cent passing the number 200 sieve 7. Unacceptable Back�ll Matei•ial a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 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 Cement Stabilized Sand (CSS) a. Sand or silty sand b. Free of clay or plastic material c. Minimum of 4 percent cement content of Type UII portland cement d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM D1633, Method A £ Mix in a stationary pug mill, weigh-batch or continuous mixing plant Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed ofpolypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High-tenacity monoflament polypropylene woven yarn 2) Percent open area of 8 percent to 10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'F # 00951 & 00952 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 18 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURC� QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Review all known, identified or marked utilities, whether public or private, prior to 8 excavation. 9 10 11 12 13 14 15 16 17 18 19 20 21 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior• to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appui�tenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7, Repair any damages resulting fi•om the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 22 3.3 PREPARATION 23 A. Protection of In-Place Conditions 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 l. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and back�ll in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as speciiically allowed by the Drawings or as speci�cally allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju(y 1, 2011 CITY PROJECT # 00951 & Q0952 33OS 10-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 f. Remove trees specifically designated to be removed in the Drawings in accoi•dance with Section 31 10 00. 3 , Above gr•ound Structui•es a. Protect all above ground structures adjacent to the construction, b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 4. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffc control plan c. Use tra�c rated plates to maintain access until access is restored. 5. Traffic Signal — Pales, Mast Arms, Puli boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traf�c Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 6. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 27 3.4 INSTALLATION 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in-situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the Ciiy immediately if the water and/or the in-situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 33 OS 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 18 1 7. Unacceptable Backfill Materials 2 a, In-situ soils classified as unacceptable backfill material shall be separated from 3 acceptable backfill materials. 4 b. If the unacceptable backfill material is to be blended in accordance with this 5 Specification, then store material in a suitable location unti] the material is 6 blended. 7 c. Remove all unacceptable material from the project site that is not intended to be 8 blended or modified. 9 8. Rock — No additional compensation will be paid for rock excavation or other 10 changed field conditions. I 1 B. Shoring, Sheeting and Bracing 12 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 13 specific excavation safety system in accordance with Federal and State 14 requirements. 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufiicient 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 embedrnent 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 33 1. Surface Water 34 a. Furnish all materials and equipment and perform all incidental work required to 35 direct surface water away from the excavation. 36 37 38 39 40 41 42 43 44 45 46 47 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: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C3ROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 05 10-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 18 1 a) Ground water levels in the trench are unable to be maintained below 2 the top of the bedding 3 b) A firm trench bottom cannot be maintained due to ground water 4 c) Ground water entering the excavation undermines the stability of the 5 excavation. 6 d) Ground water entering the excavation is transporting unacceptable 7 quantities of soils through the Excavation Safety System. 8 e, In the event that there is no bid item for a Ground Water Control and the City 9 requires an Engineered Ground Water Control Plan due to conditions 10 discovered at the site, the contractor will be eligible to submit a change order. i l f. Control of ground water shall be considered subsidiary to the excavation when: 12 1) No Ground Water Control Plan is specifically identified and required in the 13 Contract Documents 14 g. Ground Water Control Plan installation, operation and maintenance 15 1) Furnish all materials and equipment necessary to implement, operate and 16 maintain the Ground Water Control Plan. 17 2) Once the excavation is complete, remove all ground water control 18 equipment not called to be incorporated into the work. 19 h. Water Disposal 20 1) Dispose of ground water in accordance with City policy or Oi•dinance. 21 2) Do not discharge ground water onto or across private property without 22 written permission. 23 3) Permission from the City is required prior to disposal into the Sanitary 24 Sewer. 25 4) Disposal shall not violate any Federal, State or local regulations. 26 D. Embedment and Pipe Placement 27 1. Water Lines less than, or equal to, 12 inches in diameter: 28 a. The entire embedment zone shall be of uniform material. 29 b. Utility sand shall be generally used for embedment. 30 c. If ground water is in sufficient quantity to cause sand to pump, then use 31 crushed rock as embedment. 32 1) If crushed rock is not specifcally identified in the Contract Documents, 33 then crushed rock shall be paid by the pre-bid unit price. 34 d. Place evenly spread bedding material on a firm trench bottom. 35 e. Provide firm, uniform bedding. 36 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 37 g. In no case shall the top of the pipe be less than 42 inches fi•om the surface of the 38 proposed grade, unless speciiically called for in the Drawings. 39 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 40 more than 12 inches, above the pipe. 41 i. Where gate valves are present, the initial back�ll shall extend to 6 inches above 42 the elevation of the valve nut. 43 j. Form all blocking against undisturbed trench wall to the dimensions in the 44 Drawings. 45 k, Compact embedment and initial backfll. 46 I. Place marker tape on top of the initial trench backfill in accordance with 47 Section 33 OS 26. 48 2. Water Lines 16-24 inches in Diameter 49 a. The entire embedment zone shall be of unifoi�rn material. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 05 10-12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 18 1 b. Utility sand may be used for embedment when the excavated trench depth is 2 less than 15 feet deep. 3 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 4 trench depths greater than 15 feet deep. 5 d. Crushed rocic shall be used for embedment for steel pipe. 6 e, Provide trench geotextile fabric at any location where crushed rock or fine � crushed rock come into contact with utility sand 8 f. Place evenly spread bedding material on a fir�n trench bottom. 9 g. Provide �rm, unifonn bedding. l 0 1) Additional bedding may be required if ground water is present in the 11 trench. 12 2) If additional crushed rock is required not specifically identified in the 13 Contract Documents, then crushed rock shall be paid by the pre-bid unit 14 price. 15 h. Place pipe on the bedding according to the alignment shown on the Drawings. 16 i. The pipe line shall be within: 17 1) �3 inches of the elevation on the Drawings for 16-inch and 24-inch water I 8 lines 19 j. Place and compact embedment material to adequately support haunches in 20 accordance with the pipe manufacturer's recommendations. 21 k. Place remaining embedment including initial backizll to a minimum of 6 inches, 22 but not more than 12 inches, above the pipe. 23 1. Where gate valves are present, the initial backfill shall extend to up to the valve 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 OS 26. 3. Water Lines Greater than 24 Inches in Diameter a. The entire embedznent 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 identiiied in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) tl inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 05 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 18 1 j. Place remaining embedment, including initial back�ll, to a minimum of b 2 inches, but not more than 12 inches, above the pipe. 3 k. Where gate valves are present, the initial backfill shall extend to up to the valve 4 nut. 5 1. Compact the embedment and initial backfll to 95 percent Standard Proctor 6 ASTM D 698. 7 m. Density test may be performed by City to verify that the compaction of 8 embedment meets requirements. 9 n. Place trench geotextile fabric on top of the initial backfill. 10 0. Place marker tape on top of the trench geotextile fabric in accordance with 11 Section 33 OS 26. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of 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 f. g• h. k. m. n. price. Place pipe on the bedding according to the alignment shown in the Drawings. The pipe line shall be within �0.1 inches of the elevation on the Drawings. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. Density test may be performed by City to verify that the compaction of embedment meets requirements. Place trench geotextile fabric on top of the initial back�ll. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 OS 26. 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a�rm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 33 OS l0 - 14 UTILITY TRENCH �XCAVATION, EMBEDMENT, AND BACKF[LL Page 14 of 18 4 g, 5 h. 6 1. 7 8 j. 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 k. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. Place pipe on the bedding according to the alignment of the Drawings. The pipe line shall be within �0.1 inches of the elevation on the Drawings. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698, Density test may be performed by City to verify that the compaction of embedment meets requirements. Place trench geotextile fabric on top of 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 a Place evenly spread compacted bedding material on a�rm 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 identiiied in the Conh�act Documents, then crushed rock shall be paid by the pre-bid unit f. g• h. price. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13 or cement stabilized sand (CSS). Place pipe on the bedding according to the alignment of the Drawings. The pipe shall be within �0.1 inches of the elevation on the Drawings. Compact the etnbedment initial back�ll to 95 pei•cent 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 ernbedment. 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. 41 42 43 44 45 46 47 48 49 8. Sanitary Sewer Services a. The entire ennbedment 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. CTI'Y OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 05 10-15 UTILITY TRENCH EXCAVA"tION, EMBEDMENT, AND BACKFILL Page 15 of 18 1 2) If additional crushed rock is required which is not speci�cally identifed in 2 the Confract Documents, then cr�ushed rock shall be paid by the pre-bid unit 3 price. 4 f. Place pipe on the bedding according to the alignment of the Drawings, 5 g. Place remaining embedment, including initial backfill, to a minimum of 6 6 inches, but not more than 12 inches, above the pipe. 7 h. Compact the initial backfill to 95 pei•cent Standard Proctor ASTM D698. 8 i. Density test may be required to verify that the compaction meets the density 9 requirements. 10 E, Trench Backfill 11 l. At a minimum, place back�ll in such a manner that the required in-place density 12 and moisture content is obtained, and so that there will be no damage to the surface, 13 pavement or stiuctures due to any trench settlement or trench movement. 14 a. Meeting the requiz•ement herein does not relieve the responsibility to damages 15 associated with the Work. 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth greater than 15 feet and under pavement or future pavement 1) Backfill depth from 0-15 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backf'ill material, CSS, or CLSM when specifically required 2) Back�ll depth greater thanl5 feet deep a) Backiill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Final backfill depth greater than 15 feet and not under pavement or future pavement 1) Backfill with: a) Acceptable backfill material, or b) Blended backfll material 3. Required Compaction and Density a. Final backfill depths less than 15 feet 1) Compact acceptable back�ll material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill depths greater than 15 feet and under existing or future pavement 1) Compact select backfill to a minimum of 98 percent Standaxd Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 OS 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 18 c. Final backfill depths gceater than 15 feet and not under existing or future 2 pavement 3 1) Compact acceptable backiill material blended backiill material, or select 4 back�ll to a minimunn 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 g optimum moisture content, the soils are considered saturated. 9 b, If saturated soils are identifed in the Drawings or Geotechnical Report in the 10 Appendix, Contractor shall proceed with Work following all backfill 11 procedui•es outlined in the Di•awings for areas of soil saturation greater than 5 � 2 percent. 13 c. If saturated soils are encountered during Work but not identified in Drawings or 14 Geotechnical Report in the Appendix: 15 1) The Contractor shall: 16 a) Immediately notify the City. I� b) Submit a Contract Claim for Exh•a Work associated with direction fi•om 18 City, � 9 2) The City shall: 20 a) Investigate soils and determine if Work can proceed in the identified 21 location. 22 b) Direct the Contractor of changed backfill procedures associated with 23 the saturated soils that may include: 24 (1) Imported back�ll 25 (2) A site specific backfill design 26 5. Placement of Backfill 2'7 a. Use only compaction equipment specifically designed for compaction of a 28 particular soil type and within the space and depth limitation experienced in the 29 trench. 30 b. Place in loose lifts not to exceed 12 inches. 31 c. Compact to specified densities. 32 d. Compact only on top of initial backfill, undisturbed trench or previously 33 compacted backiill. 3q e, Remove any loose materials due to the movement of any trench box or shoring 35 or due to sloughing of the trench wall. 36 £ Install appropriate tracking balls for water and sanitary sewer tr•enches in 37 accordance with Section 33 OS 26. 38 39 40 41 42 43 44 45 46 47 48 49 6. Backfill Means and Methods Demonstration a. Notify the City in writing with suf�cient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backiill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju(y 1, 2011 CITY PROJECT # 00951 & 00952 33 05 10 -17 UTILITY TRENCH EXCAVA"I'ION, EMBEDMENT, AND BACKFILL Page 17 of 18 1 2 3 4 5 6 7 8 9 10 11 12 13 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. Vatying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctois. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration, 14 3.5 I2EPAIR [NOT USED] 15 3.6 R�-INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Field Tests and Inspections l. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If noti�ed by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Test Shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trenches deeper than 5 feet. c. P1ace, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For fnal backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when 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 back�ll depths greater than 15 feet deep: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 05 10- 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 18 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 f. g� h. i. .1• 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench, 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. Make the excavation available for testing. The City will determine the location of the test. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. A formal report will be posted to the City's Buzzsaw site within 48 hours, Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moistui•e 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 3. Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backiill material, cement modified back�ll material or select material will follow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. 23 B. Non-Conforming Work 24 1. All non-conforming work shall be removed and replaced. 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 28 29 30 31 32 33 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USEDJ 3.14 ATTACHM�NTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 34 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 330513-1 FRAME, COVER, AND GRADE RiNGS Page 1 of 5 � 1 2 3 PARTl- GENERAL 4 1.1 SUMMARY SECTION 33 OS 13 FRAME, COVER, AND GRADE RINGS 5 A. Section Includes: 6 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and 7 storm drain structures such manholes or vaults 8 9 10 11 12 13 14 1.2 15 16 17 18 19 20 21 22 B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Foi�rns, and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure containing the frame, cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure complete in place, and no other compensation wi11 be allowed. 23 1.3 REFERENCES 24 25 26 27 28 29 30 31 32 33 34 35 1.4 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifcally cited. 2. ASTM International (ASTM) a. ASTM A48 — Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 3. American Association of State Highways and Transportation Officials (AASHTO) a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and Related Castings ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBNIITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC"I' �l 00951 & 00952 330513-2 FRAME, COVER, AND GIZADE RINGS Page 2 of 5 1 B. All submittals shall be approved by the Engineer or the City pr•ior to deliveiy and/or 2 fabrication for specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 5 6 7 8 9 10 11 12 13 14 A. Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. Provide manufacturer's: a. Speci�cations b. Load tables c. Dimension diagrams d, Anchor details e. Installation insn•uctions 15 B. Certificates ]6 1. Manufactu�•er 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 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARI2ANTY [NOT US�D] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 27 28 29 30 31 32 33 34 35 36 37 38 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the Ciry's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Speci�cation and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Castings l. Use castings for frames that conform to ASTM A48, Class 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of A.ASHTO HS-20 vehicle loading with permanent deformation. 4. Covers CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DiSTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 5 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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 fi•ame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitaiy sewer fi�ames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 19 3/a inches for all storm drain frames, inlets and cover assemblies unless otherwise speciiied in the Contract Documents. b) Provide a minimum clear opening of 24 inches foj• all storm sewer manholes and junction st�uctures. 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 S-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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 OS 13 - 4 FRAME, COVER, AND GRADE RINGS Page 4 of 5 1 2.3 ACCESSORI�S (NOT US�D] 2 2.4 SOURCE QUALITY CONTROL [NOT US�D] 3 PART 3 - EX�CUTION 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION (NOT US�D] 3.3 PR�PARATION [NOT US�D] 3.4 INSTALLATION A, Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dii�t, sand, mud or other foreign matter before placing sealant. 3. Seal each gr•ade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. Foa• wate�• str�uctures install fi•ame, covel• and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer sti•uctures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install fi•ame, 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 speci�ed 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 5TANDARD CONSTFtUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 330513-5 FRAME, COVER, AND GRADE RINGS Page 5 of 5 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 R�-INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT US�D] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOS�OUT ACTIVITI�S [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINT�NANC� [NOT USED] 10 3.14 ATTACHM�NTS [NOT USEDJ ll 12 13 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CTI'Y OF FORT WORTH 2O07 CR[TICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CiTY PROJECT # 00951 & 00952 330514-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GI2ADE Page t of 6 1 2 3 S�CTION 33 OS 14 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 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 Wot�th Standard Specification 10 1. None. 11 12 l3 14 15 16 17 1$ 19 20 21 22 23 1.2 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 OS 13 — Frame, Cover and Grade Rings 5. Section 33 39 10 — Cast-in-Place Concrete Manholes 6. Section 33 39 20 — Precast Concrete Manholes 7. Section 33 12 20 — Resilient Seated Gate Valve 8. Section 33 12 21 — AWWA Rubber-Seated Butterfly Valve 9. Section 33 04 11 — Con•osion Control Test Station 10. Section 33 04 12 — Magnesium Anode Cathodic Protection PRICE AND PAYMENT PROCEDUItES A. Measurement and Payment 1. Manhole — Minor Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment using only grade rings or other minor adjustment devices to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. a The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Grade rings or other adjustment device 6) Furnishing, placing and compaction of embedment and backfill CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 OS 14 - 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 6 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 %� C�eall-Uj� 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item sliall be per each adjustment requiring structural modifications to manhole to a grade speci�ed on the Drawings. b. Payment 1) The work performed and the materials fur�iished 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 rnaterial 5) Structural modifications, grade rings or other adjustment device 6) Furnishing, placing and compaction of embedment and back�ll 7) Clean-up 3, Inlet a, Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modiiications to inlet to a grade speci�ed 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 AdjustmenY' 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 back�ill 7) Clean-up 4, Valve Box a, Measurement 1) Measurement for this Item sha11 be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 OS 14 - 3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5. � 7. Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item t�vill 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 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b, Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfll 7) Clean-up Miscellaneous Structure a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modi�cations 6) Furnishing, placing and compaction of embedment and backfill d. Clean-up C[TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 33OS 14-4 ADJUSTING MANHOLE3, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 6 1 1.3 I2�FEI2�NC�S 2 A. Reference Standards 3 1. Reference standards cited in this Speciiication 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 speci�cally cited. 6 2. Texas Commission on Environmental Quality (TCEQ): 7 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and g Related Structures. 9 1.4 ADMINISTRATIVE R�QUIR�MENTS [NOT US�D] 10 1.5 SUBMITTALS [NOT USEDJ 11 1.6 ACTION SUBMITTALS/INFORM.ATIONAL SUBMITTALS [NOT USED] 12 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 D�LIVERY, STORAG�, AND HA.NDLING [NOT USED] 16 1.11 FI�LD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FUItNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USEll] 20 2.2 MATERIALS 21 22 23 24 25 26 27 28 29 30 3] 32 33 34 A. Cast-in-Place Concrete l. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 OS 13. D. Frame and Cover 1. See Section 33 OS 13. E. Backfill material 1. See Section 33 OS 10. F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protection Test Station 1. See Section 33 04 1l. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTItUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRAI�E Page 5 of 6 1 H. Cast-in-Place Concr•ete Manholes 2 1. See Section 33 39 10. 3 I. Precast Concrete Manholes 4 1. See Section 33 39 20. S 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 �XAMINATION 10 A. Veri�cation of Conditions 11 l. Examine existing structure to be adjusted, for damage or defects that may affect 12 grade adjustment. l3 a. Report issue to City for consideration before beginning adjustment. 14 3.3 PR�PARATION 15 16 17 18 A. Grade Veri�cation l. On major adjustments confirm any grade change noted on Drawings is consistent with field measurements. a. If not, coordinate with City to verify �nal grade before beginning adjustment. 19 3.4 ADJITSTMENT 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Manholes, Inlets, and Miscellaneous Structures 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adjustments. a. Do not use any more than a 2-piece bottom. 3. Do not extend chimney portion of the manhole beyond 24 inches. 4. Use the least number of grade rings necessary to meet required grade. a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. B. Valve Boxes 1. Utilize iypical3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 33 OS 10. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 201 I CITY PROJECT # 00951 & 00952 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 6 1 3.5 ItEPAIR / R�STORATION [NOT US�D] 2 3.6 RE-INSTALLATION [NOT US�D] 3 3.7 FIELD [oR] SIT� QUALITY CONTROL [NOT US�D] 4 3.8 SYSTEM STARTUP [NOT US�D) 5 3.9 ADJUSTING [NOT US�D] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOS�OUT ACTIVITIES [NOT USED] 8 3.12 PROT�CTION [NOT USED] 9 3.13 MA.INTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 12 13 END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20I 1 CITY PROJECT # 00951 & 00952 330523-1 HAND Ti.JNNELING Page 1 of 10 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 IS SECTION 33 OS 23 HAND TUNNELING A. Section Includes: L Minimum requirements for Hand Tunneling using tunnel liner plate or casing pipe at the locations shown on the Drawings B. Deviations fi•om this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 21 — Tunnel Liner Plate 4. Section 33 OS 22 — Steel Casing Pipe 16 1.2 PRICE AND PAYMENT PROC�DURES 17 18 19 20 21 22 23 24 25 A, Measurement and Payment 1. Measurement a. This Item is considered subsidiaiy to Tunnel Liner Plate or Steel Casing Pipe installation. 2, Payment a. The work performed and materials furnisl�ed in accordance with this Item are considered subsidiaiy the unit price bid per linear foot of By Other than Open Cut installation of Tunnel Liner plate or Steel Casing to be completed in place, and no other compensation will be allowed. 26 1.3 REFERENCES 27 28 29 30 31 32 33 34 35 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. Atnerican Association of State Highway and Transportation Officials (AASHTO): a. HB-17, Standard Specifications for Highway Bridges. 3. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Undergrotmd Construction and Subpart P, Excavation. 36 1.4 ADMINISTRATIVE REQUIREMENTS 37 A. Pre-installation CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMBNTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 330523-2 HAND TUNNELING Page 2 of 10 1 1. The Contractor shall provide written notice to the City at least 72 hours in advance 2 of the planned launch of tunneling operations. 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section OJ 33 00. 5 B. All submittals shall be approved by the Engineer or the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 8 9 10 11 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Shop Drawings 1. Submit the following, when 1•equired by the Contract Documents: a. Detailed description of the methods and equipment to be used in completing each r•each of tunnel b. Description of the survey methods that will be used to ensure that the tunnel is advanced as shown on the Drawings and wiihin the line and grade tolerances specified c, Shaft layout drawings 1) Detailing dimensions and locations of all equipment, including overall work area boundaries, crane, front-end loader, forklift, spoil stockpiles, spoil hauling equipment, pumps, generator, pipe storage area, tool trailer or containers, fences, and staging area 2) Shaft layout drawings will be required for all shaft locations and shall be to scale, or show correct dimensions. 3) Layout such that all equipment and operations shall be completely contained within the allowable consn•uction areas shown on the Drawings d. Schedule in accordance with Division 1 to include the following activities as independent items; 1) Mobilization 2) Shaft excavation and support 3) Water control at shafts 4) Working slab construction 5) Thrust wall construction 6) Tunneling 7) Shaft backfill 8) Site restoration 9) Cleanup 10) Demobilization 2. For all projects, provide the following for Contact Grouting: a. Contact Grouting (outside of casing) Work Plan and Methods including: 1) Grouting rnethods 2) Details of equipment 3) Grouting procedures and sequences including: a) Injection methods b) Injection pressures c) Monitoring and recording equipment d) Pressure gauge calibration data e) Materials 4) Grout mix details including: a) Proportions b) Admixtures including: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJEC"I' # 00951 & 00952 330523-3 HAND TUNNELING Pagc 3 of 10 1 2 3 4 5 6 7 8 9 10 il 12 5) 6) (1) Manufacturer's litei•ature (2) Laboratory test data verifying the sh�ength of the proposed grout mix (3) Proposed grout densities (4) Viscosity (5) Initial set time of grout (a) Data for these requirements shall be derived from trial batches fi�om an approved testing laboratory, Submit a minimum of 3 other similar projects where the pz•oposed grout mix design was used, Submit anticipated volumes of grout to be pumped for each application and reach grouted. 13 B. Daily Records 14 1. Subznit samples of the tunneling logs or records to be used at least 7 days prior to 15 beginning Hand Tunneling. 16 2. Subrnit daily records to the City's Inspector by noon on the day following the shift 17 for which the data ot• records were taken. 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3. Daily records shall include: a, Date b. Time c. Name of operator d. Tunnel drive identification e. Installed liner ring and corresponding tunnel length f. Time required to tunnel each ring g. Time required to set subsequent ring h. Spoil volumes (muck carts per liner ring and estimated volume of spoil in each muck cart) i. Grout volumes and pressures j. Soil conditions, including occurrences of unstable soils and estimated groundwater inflow rates, if any ]c. Line and grade offsets l. Any movement of the guidance system m. Problems encountered during tunneling n. Durations and reasons for delays o. Manually recorded observations made: 1) At intervals of not less than 2 every 5 feet 2) As conditions change 3) As directed by the City and/or Engineer 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 40 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 41 1.9 QUALITY ASSURANCE 42 A, Qualifications 43 1. Failure to meet the qualification requirements is failure to ful�ll the Contract and -44 the Contractor will be required to obtain a subcontractor that meets the qualification 45 requirements. 46 2. Contractor CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 330523-4 HANA TLTNNELING Paga 4 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 a. All tunneling wark shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 projects of similar diameter in similar ground conditions. 3. All Work by the Contractor shall be done in the presence of the City unless the City grants prior written approval to perform such work in City's absence. 4, The Contractor shall allow access to the City and/or Engineer and shall furnish necessary assistance and cooperation to aid in the observations, measur•ements, data and sample collection including, but not limited to, the following: a. The City and/or Engineer shall have access to the tunneling system prior to, during and following all tunneling operations. b. The City and/or Engineer shall have access to the tunneling shafts prior to, during and following all tunneling operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City and/or Engineer shall have access to spoils removed from the tunnel excavation prior to, during and following all tunneling operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. 1.10 DELIVERY, STORAGE, AND HANDLING (NOT US�D] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WA,�tRANTY [NOT US�D] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT US�D] 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2.2 MATERIALS A. Description 1. Tunnel Liner Plate shall be in accordance with Section 33 OS 21. 2. Casing Pipe shall be in accordance with Section 33 OS 22. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports 2. Tolerance a. Accurately maintain the face of the excavation inside the tunne� so as to allow the absolute minimum of void space outside the casing/liner plate. b. Maintain a maximum of %2 inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. c. The tunnel diameter shall not be greater than 2 inches larger than the casing/liner outer diameter (O.D.). C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PR07ECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CI'I'Y PROJEC'I' # 00951 & 00952 33OS23-5 HAND TUNNELING Page 5 of 10 1 3. Use methods and equipment that control surface settlement and heave above the 2 pipeline to prevent damage to existing utilities, facilities and improvements. 3 a. Limit any ground movements (settlement/heave) to values that shall not cause 4 damage to adjacent utilities and facilities. S b. Repair any damage caused by ground movements at no cost to the City. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURC� QUALITY CONTROL [NOT USED] 8 PART 3 - �XECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PI2EPARATION 12 A. Tunneling shall not begin until the fallowing have been completed: 13 1. All required submittals have been made and the City and/or Engineer has reviewed 14 and accepted all submittals, 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 2. Review of available utility drawings and locaiion of conduits and underground utilities in all areas whei�e excavation is to be perfoi7ned. a. Notify the applicable one-call system prior to any excavation to avoid interference with the existing conduits and utilities. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. 3. Shaft excavations and support systems for each drive completed in accordance with the requirements of the Specifcations. 4. Site safety representative has prepared a code of safe practices in accordance with OSHA requirements. a. Provide the Engineer and Ownex with a copy of each prior to starting shaft construction or tunneling. b. Hold safety meetings and provide safety instruction for new employeas as required by OSHA. 5. All specified settlement monitoring points have been installed, approved and baselined in accordance with the Contract Documents. B. Verification of Stability 32 1. Con�rm that the ground will remain stable without movement of soil or water while 33 the entry/exit location shoring is removed and while the tunnel is launched or 34 received into a shaft. 35 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: 36 a. Prevent the inflow of wealc, running or flowing soils. 37 b. Prevent the inflow of loose rock. 38 c. Prevent and control groundwater inflows. 39 3.4 INSTALLATION 40 A. Tunnel Methods C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCII. DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT' # 00951 & 00952 330523-6 HAND TUNNELING Page 6 of 10 1 1. Tunnel liner• plate shall not be used where bore or jack methods are used, or where 2 not allowed on the Drawings or perrnits. 3 2. The Contractor shall be fully responsible to: 4 a, Ensure the methods used are adequate for the protection of workers, pipe, 5 property and the public 6 b. Provide a finished product as required. 7 B. General 8 1. The Contractor shall immediately notify the City, in writing, if and when any 9 problems are encountered with equipment or materials, or if the Contractor believes 10 the conditions encountered are materially and significantly different than those 11 represented within the Contract Documents. 12 2. Properly manage and dispose of groundwater inflows to the shafts in accordance 13 with requirements of Speci�cations and all permit conditions. 14 a. Discharge of groundwater inflow into sanitary sewers is not allowed without 15 proper approval and permits. 16 3. Furnish all necessary equiprnent, power, water and utilities for tunneling, spoil 17 removal and disposal, grouting and other associated work required for the methods 18 of construction. 19 4. Promptly clean up. Remove and dispose of any spoil or slurty spillage. 20 5. Whenever there is a condition that is likely to endanger the stability of the 21 excavation or adjacent st�•uctures, operate with a full crew 24 hours a day, including 22 weekends and holidays, without interruption, until those conditions no longer 23 jeopardize the stability of the Work. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 47 C. Installation with Steel Casing Pipe 1. Jack the pipe from the low or downstream end, unless specified otherwise. a. Provide heavy duty jacks suitable for forcing the pipe through the embankment. 1) When operating jacks, apply pressure evenly. b. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. c. Provide a suitable jacking frame or back stop. d. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. e. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. f. In general, excavate embankment material just ahead of the pipe and remove material through the pipe. g. Force the pipe through the embankment with jacks into the space excavated. 2. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. a. Provide a clearance of not more than 2 inches for the upper half oithe pipe. 1) This clearance shall be tapered off to 0 at the point where the excavation conforms to the contour of the pipe. b. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2 feet in any case. 1) Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe, CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT �! 00951 & 00952 33OS23-7 HAND Tt.JNNELING Page 7 of 10 1 3. If desired, use a cutting edge of steel plate around the head end of the pipe 2 extending a short distance beyond the end of the pipe with inside angles or lugs to 3 keep the cutting edge from slipping back onto pipe. 4 4. When jacking of pipe has begun, carry on the operation without interruption to 5 prevent the pipe from becoming firmly set in the embankment. d a. Remove and replace any pipe damaged in the jacicing operations. ? b. The Contractor shall absorb the entire expense. 8 D. Installation with Tunnel Liner Plate 9 1. Install the tunnel liner plates to the limits indicated on the Drawings and as 10 specified in AASHTO HB-17, Section II-26, Construction of Tunnels Using Steel 11 Tunnel Liner Plates. 12 a. Assemble liner plates into circumferential rings. 13 b. Liner plates shall be of the type to permit segments to be installed completely 14 frorn inside the tunnel. 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 3'7 38 39 40 41 42 43 44 45 46 2. Accur•ately maintain the face of the excavation inside the tunnel so as to allow the absohrte rninimum of void space outside the casing/liner plate. a, Maintain a maximum of %2 inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D, 3. Liner plate installation shall proceed as closely as possible behind the excavation. a. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tunnel liner plate. b. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum oi unsupported excavation at any time. c, Casing/Tunnel liner plate shall not be allowed to deflect vertically during installation. 4. Tunneling operations shall control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a, In no case shall ground movements cause damage to adjacent structut�es, roadways, or utilities. b. The Contractor shall repair any damage resulting from construction activities, at no additional cost to the City and without extensions of schedule for completion. E. Contact Grouting 1. Pressure grout any voids caused by or encountered during the tunneling. a, Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage, 2. Install contact grout in the void space between the outside of the casing/tunnel liner and the excavation. a. For tunnel liner plate, install pressure grout mix at the end of each work day or more often, as conditions warrant. 3. Install pressure grouting through grout fittings for the casing/tunnel liner plate 48- inches in diameter or larger. a. Grout fittings shall be fabricated into tunnel liner plate at a rnaximum spacing of 6 feet. b. Remove and plug grout iittings after pressure grouting. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLINCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 330523-8 HAND TUNNELING Page 8 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4. Install pressure grout from the low end for all crossings where grout fittings are not used, a. Seal the low end and pressure grout until grout is extruded from the opposite end, F. Control of Line and Grade 1. Con%rm that all established benchmarks and control points provided for the Contractor's use are accurate. a, Use these benchmarks to furnish and maintain all reference lines and grades for tunneling. b. Use lines and grades to establish the location ofthe pipe using a laser or theodolite guidance system. � c. Submit to the City copies of �eld notes used to establish all lines and grades and allow the Engineer to checic guidance system setup prior to beginning each tunneling drive. d. Provide access for the City to perform survey checks of the guidance system and the line and grade of the carrier pipe on a daily basis during tunneling operations. e. The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 2. The casing/tunnel liner shall be installed in accordance with the following tolerances: a. Variations from design line or grade: � 2 inches maximum 1) If the installation is off line or grade, make the necessary corrections and return to the design alignment and grade at a rate of not more than 1 inch per 25 feet. 3. Monitor line and grade continuously during tunneling operations. a. Record deviation with respect to design line and grade once at each pipe joint and submit records to Engineer daily. 4. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. G. Obstructions 1. If the tunneling operations should encounter an object or condition that impedes the forward progress of the shield, notify the City immediately. 2. Correct the condition and remove, clear or otherwise make it possible for the shield to advance past any objects or obstructions that impede forward progress. 3. Proceed with removal of the object or obstruction by methods subznitted by the Contractor and accepted by the City and/or Engineer. 4. Compensation a. The Contractor will receive compensation by change order for removal of obstructions, as defined as metallic debris, reinforced concrete, rocks, whole trees and other hard objects with a maximum dimension larger than 50 percent of the outer diameter of the shield which: 1) Cannot be broken up by the cutting tools with diligent effort, and 2) Are located partially or wholly within the cross-sectional area of the bore 3) Contain utilities or ditch lines located longitudinally within the tunnel horizon CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 330523-9 T-IAND TLiNNELING Page 9 of 10 ] b. Payment will be negotiated with the Contractor on a case-by-case basis, 2 c, The City and/or Engineer shall be provided an opportunity to view obstruction 3 prior to removal. 4 1) Any removal process that does not allow direct inspection of the nature 5 and position of the obstruction will not be considered for payment. 6 d, No additional compensation will be allowed for removing, clearing or 7 otherwise making it possible for the shield to advance past objects consisting of 8 cobbles, boulders, wood, reinforced conerete, and other objects or debris with 9 maximum lateral dimensions less than 50 percent of the outer diameter of the 10 shield. 11 3.5 CLEANUP AND REST012ATION 12 A. After completion of the tunneling, all construction debris, spoils, oil, grease and other 13 materials shall be removed from the tunnaling pipe, shafts and all work areas. 14 1. Cleaning shall be incidental to the construction. 15 B. Restoration shall follow construotion as the Work progresses and shall be completed as 16 soon as reasonably possible. 17 1. Restore and repair any damage resulting fi•om surface settlement caused by shaft 18 � excavation or tunneling. 19 2. Any property damaged ar destroyed, shall be restored to a condition equal to or 20 bettex than that to which it existed prior to construction. 21 3. Restoration shall be completed no later than 30 days afte�• tunneling is complete, or 22 earlier if required as part of a permit or easement agreement. 23 4. This provision for r�estoration shall include all property affected by the construction 24 operations. 25 3.G RE-INSTALLATION [NOT US�D] 26 3.7 SITE QUALITY CONTROL 27 A. Safety 28 1. No gasoline powered equipment shall be pei•mitted in receiving shafls/pits. 29 a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subj ect 30 to applicable local, State, and Federal regulations. 31 32 33 34 35 36 37 38 39 40 41 42 43 2. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a suf�cient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 3. Perform all Work in accordance with all current applicable regulations and safety requirements of the Federal, State, and Local agencies. Cornply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. � a. In the event of conflict, comply with the more stringent requirements. 4. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. CITY OF FORT WORTH 2O�7 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT' # 00951 & 00952 33OS23-10 HAND TUNNELING Page 10 of 10 1 a. Keep on-site all equipment required for emer•gency response in accordance with 2 the agency having jurisdiction. 3 3.8 SYST�M STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 7 3.12 PROT�CTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 11 12 END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 1 2 SECTION 33 05 24 1NSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL L1NER PLATE 3 PART1- GEN�RAL 4 1.1 SUMMARY � r 8 9 10 11 12 13 14 A. Section Includes: 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner plate at locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speci�cation Sections include, but are not necessa�•ily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 O1 30 — Sewer and Manhole Testing 15 1.2 PRICE AND PAYMENT PROCEDURES 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. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement • 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Casing Spacers 5) End seals 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner Payment b. Payment CITX OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DTSTRICT 2 STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33OS24-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 c. 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Water Carrier Pipe" complete in place for: a) Various Sizes The price bid shall include: 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Jointrestraint 5) Casing Spacers 6) End seals 7) Excavation 8) Hauling 9) Disposal of excess material 10) Clean-up 17 1.3 REFERENCES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the ground and provides a stable underground excavation for installation of the carrier pipe Reference standards cited in this Speciiication refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. American Society of Testing and Materials (ASTM) a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Usin� 2-in or [50 mm] Cube Specimens). c. D63 8, Standard Test Method for Tensile Properties of Plastics. International Organiza.tion for Standardization (ISO): a. 9001, Quality Management Systems - Requirements. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section Ol 33 00. 41 B. All submittals shall be approved by the Engineer or the City prior to delivery. 42 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS B. Reference Standards 1 2 3. 4. 43 A. Product Data A. Definitions l. Cat�rier Pipe: Permanent pipe for operational use that is used to convey flows CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 330524-3 1NSTALLATION OF CARRIER PIPE IN CASING OR TiJNNEL LINER PLATE Page 3 of 10 1 1. Casing Isolators/Spacers 2 a, Material Data 3 - 2. Grout Mix 4 a. Mate�•ial Data 5 B. Shop Drawings 6 l. Required for 24-inch and larger pipe installations 7 2. Submit Woric Plan describing the carrier pipe installation equipment, materials and 8 construction methods to be employed. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3 4. S. Casing Spacers/Isolators a. Detail drawings and manufacturer's information for the casing isolators/spacers that will be used. 1) Include dimension and component materials and documentation of manufacturer's ISO 9001:2000 certi�cation. b. Alternatives to casing spacers/isolators may be allowed by the City on a case- by-case basis. c. For consideration of alternate method, submit a deta'rled description of inethod including details. End seal or bullchead designs and locations for casing/liners. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Woxk Plan and Methods including: a, Grouting methods b. Details of equipment c. Grouting procedures and sequences including: 1) Injection methods 2) Injection pressures 3) Monitoring and recording equipment 4) Pressure gauge calibration data 5) Materials d. Grout mix details including: 1) Proportions 2) Admixtures including: a) Manufacturer's literature b) Laboratory test data verifying the sti•ength of the proposed grout mix c) Proposed grout densities d) Viscosity e) Initial set time of grout (1) Data for these requirements shall be derived from trial batches from an approved testing laboratory. e, Submit a minimum of 3 other siznilar projects where the proposed grout mix design was used. £ Submit anticipated volumes of grout to be pumped for each application and reach grouted. g. For pipe installations greater than 36-inches, without hold down jacks or a restrained spacer, provide buoyant force calculations during grouting and measures to prevent flotation. 1) Calculations sealed by a licensed Engineer in the State of Texas. h. Description of inethods and devices to prevent buckling of carrier pipe during grouting of annular space, if required CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 201 I CITY PROJECT � 00951 & 00952 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 5 6 7 8 9 A. Certifications 1. Casing isolator/spacer manufacturer shall be certified against the provisions of IS09001:2000. 1.10 DELIVERY, STORAGE, AND �TANDLING [NOT USED] 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 1.12 WARI2ANTY [NOT USED] 10 PART 2 - PRODUCTS 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2� 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERTALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must co�nply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer regularly engaged in the manufacturing of casing spacers/isolators. B. Design Criteria and Materials 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as indicated in PART 3 of this Specification, incorporating all support/insulator dimensions re uired. Diameter Speci�cation inches Material Reference Water Line 8-12 DIP Restrained) 33 11 10 DIP (Restrained) 33 11 10 16-20 AWWA C303 (Restrained) 33 11 13 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and reater AWWA C301 Restrained 33 11 15 Waste Water . DII' (with Ceramic Epoxy) 33 11 10 Line 8-15 PVC SDR 26 33 31 20 DIP (with Ceramic Epoxy) 33 11 10 18 and greater Fiberglass 33 31 13 2. Grout of annular space a. For gravity sewer carrier pipe installation: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' # 00951 & 00952 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TLJNNEL LINER PLAT'E Page 5 of 10 1 1) Fill all voids between the cai�t•ier pipe and the casing or liner with grout. 2 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 3 shall be in contact with the grout. 4 b, For water line installation: 5 1) No annular space fll will be used. 6 3. Grout Mixes 7 a, Low Density Cellular Grout (LDCC) 8 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be 9 LDCC. 10 2) The LDCC shall be portland cement based grout mix with the addition of a 11 foaming agent designed foi• this application. 12 3) Develop 1 or nnore grout mixes designed to completely fill the annular 13 � space based on the following requirements; 14 a) Provide adequate retardation to completely fill the annular space in 1 15 monolithic pour. 16 b) Provide less than 1 percent shrinl<age by volume, X� c) Comp��essive Strength 18 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 19 d) Design grout mix with the proper density and use proper methods to 20 prevent floating of the ca�rier pipe. 21 e) Proportion grout to flow and to completely fill all voids between the 22 carrier pipe and the casing or liner. 23 4. End Seals 24 a, Provide end seals at each end of the casing or liner to contain the grout backiill 25 or to close the casing/liner ends to prevent the inflow of water or soil. 26 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 27 PL Link Seal as manufactured by the Thunderline Corporation or approved 28 equal. 29 2) �'or water piping 24-inch diameter and greater, use pull-on, 1/8 inch thick, 30 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 31 Insulator, Ine. or approved equal. 32 3) For sewer piping, no end seals are required since the annular space between 33 the carrier pipe and the casing will be grouted. 34 b. Design end seals to withstand the anticipated soil or grouting pressure and be 35 watertight to prevent groundwater from entering the casing. 36 5. Casing Spacers/Insulators 37 a. Provide casing spacers/insulators to support the carrier pipe during installation 38 and grouting (where grout is used). 39 b. Casing Spacers/Isolators material and properties: 40 1) Shall be minimum 14 gage 41 2) For water pipe, utilize Stainless Steel. 42 3) For sewer pipe, utilize Coated Steel. 43 4) Suitable for supporting weight of carrier pipe without deformation or 44 collapse during installation 45 c. Provide restrained-style casing spacers to hold all pipes stable during grouting �6 operations and prevent floating or movement. 47 d. Provide dielectric strength sufficient to electrically isolate each component 48 from one another and from the casing. 49 e. Design risers for appropriate loads, and, as a minimum: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 10 r 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 f, g• h. 1) Provide 10 gage steel risers a) Provide stainless steel bancls and risers for water installations. Band material and criteria 1) Provide polyvinyl chloride iimer liner with; a) Minimum thickness of 0.09 inches b) Durometer "A" of 85-90 haY•dness c) Minimum dielectric strength of 58,000 volts Runner material and criteria 1) Provide pressure-molded glass reinforced polymer or UI�MW with: a) Minimuzn of 2 inches in width and a minimum of 11 inches in length. 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless steel studs. 3) Runner studs and nuts shall be recessed well below the wearing surface of the runner a) File recess with a corrosion inhibiting filler. Riser height 1) Provide sufficient height with attached runner allow a minimum clearance of 2 inches between the outside of carrier pipe bells or couplings and the inside of the casing liner surface. 20 2.3 ACCESSORIES [NOT USEDJ 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT US�D] 24 3.2 EXAMINATION [NOT USED] 25 3.3 PREPARATION [NOT USED] 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 3.4 INSTALLATION A. General 1. Carrier pipe installation shall not begin until the following tasks have been completed: a. All required submittals have been provided, reviewed and accepted. b. All casing/liner joints are watertight and no water is entering casing or liner from any sources. c. All contact grouting is complete. d. Casing/liner alignment record drawings have been submitted and accepted by City to document deviations due to casing/liner instaliation. e. Site safety representative has prepared a code of safe practices and an emergency plan in accordance with applicable requirements. 2. The carrier pipe shall be installed within the casings or liners between the limits indicated on the Drawings, to the speciiied lines and grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities and the public. 42 B. Control of Line and Grade CITY OF FORT WORTH 2O07 CRITJCAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 l CITY PROJECf # 00951 & 00952 330524-7 1NSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. 3. 4 Install Carrier pipe inside the steel casing within the following tolerances: a. Horizontal 1) � 2 inches fi•om design line b. Vertical 1) � 1 inch from design grade Check line and grade set up prior to beginning carrier pipe installation. PeY•form survey checks of line-and-grade of cari•ier pipe during installation operations. The Conn�actor is fully responsible for the accui•acy of the installation and the correction of it, as required. a, Where the carrier pipe installation does not saiisfy the specified tolerances, correct the installation, including if necesslry, redesign of the pipe or structures at no additional cost to City. C. Installation of Cai-�•ier Pipe 1. Pipe Installation a. Remove all loose soil from casing or liner. b, Grind smooth all rough welds at casing joints, 2. Installation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent flotation, movemeut or damage to the pipe during installation and grout backfill placement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. c. Correctly assemble, evenly tighten and prevent damage during tightening of the insulators and pipe insertion, d. Install spacers in accordance with manufacturer's recommendations. e. Install carrier pipe so that there is no metallic contact between the carrier pipe and the casing. £ Carrier pipe shall be installed witliout sliding or dragging it on the ground or in the casing/liner in a manner that could damage the pipe or caatings. 1) Tf guide rails are allowed, place cement mortar on both sides of the rails, g. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to minimize friction when installing the carrier pipe. h, The can•ier pipe shall be electrically isolated from the carriex pipe and from the casing. i, Grade the bottom of the trench adjacent to each end of the casing to provide a . fii�rn, uniform and continuous support for the pipe. If the trench requires some bacic�ll to establish the final trench bottom grade, place the backiill material in 6-inch lifts and compact each layer. j. After the casing or tunnel liner has been placed, pump dry and maintain diy until the casing spacers and end seals are installed. 3. Insulator Spacing a, Maximum distance between spacers is to be 6 feet. b. For ductile-iron pipe, flanged pipe or bell and spigot pipe, install spacers within 1 foot on each side of the bell or flange and 1 in the center of the joint where 18 foot or 20 foot long joints are used, c. If the casing or pipe is angled or bent, reduce the spacing. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATTON DOCLJMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 330524-8 INSTALLATION OP CARRIER PIPE IN CASING OR Ti7NNEL LTNER PLA'CE Page 8 of 10 1 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 2 of size of casing and pipe or type of spacer used. 3 e. Install spacei•s on PVC pipe at the insertion line to prevent over-insertion of the 4 spigot into the belL 5 4. After installation of the carrier pipe: 6 a. Mortar inside and outside of the joints, as applicable 7 b. Verify electrical discontinuity between the water carxier pipe and tunnel liner•. 8 1) If continuity exists, remady the short, by all means necessary including 9 removing and reinstalling the carrier pipe, prior to applying cellular grout. 10 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 11 casing. 12 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 13 of pipe will only be allowed after grouting of annular space is complete, 14 D. Installation of End Seals 15 1. For Water Pipes 16 a. Grout end of casing/liner a minimum of 6 inches and a maximurn of 12 inches. 17 b. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the 18 casing. Securely fasten with stainless steel bands. 19 2. For Sewer Pipes 20 a. Grout annular space between carrier pipe and casing as indicated in this 21 Speci�cation. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 E. Annular Space Grouting (For Sewer Only) 2. 3. Prepare pipe as necessary to prevent the pipe from floating during grouting operation as necessary. Mixing of Grout a. Mix material in equipment of suf�cient size to provide the desired amount of grout material for each stage in a single operation. 1) The equipment shall be capable of mixing the grout at the required densities for the approved procedure and shall be capable of changing the densities as required by field conditions. Backfill Annular Space with Grout a. Prior to iilling of the annular space, test the carrier pipe in accordance with Section 33 Ol 30. b. Verify the maximum allowable pressure with the carrier pipe manufacturer and do not exceed this pressure. c. After the installation of the can•ier pipe, the remaining space (all voids) between the casing/liner and the carrier shall be filled with LDCC grout. 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall be in contact with the grout. 2) Grout shall be pumped through a pipe or hose. 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier pipe during grouting. 43 4. Injection of LDCC Grout 44 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 45 approved recommendations or 5 psi (whichever is lower). 46 b. Pumping equipment shall be of a size sufiicient to inject grout at a volume, 47 velocity and pressure compatible with the size/volume of the annular space. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 os Za - 9 INSTALLATION OF CARRIER PIPE IN CASING OR TLJNNEL LINER PLATE Page 9 of 10 1 2 3 4 5 6 c, Once grouting operations begin, grouting shall proceed uninterrupted, unless grouting procedures require multiple stages, d. Grout placements shall not be terminated until the estimated annular volume of grout has been injected. 5. Blocic the carrier pipe during grouting to prevent flotation during grout installation. 6. Protect and preserve the interior surfaces of the casing from damage. 7 3.5 REPAIR / R.ESTORATION [NOT USED] 8 3.6 RE-INSTALLATION [NOT US�D] 9 3.7 FIELD [oR) SITE QUALITY CONTROL 10 A, Reports and Records required for pipe installations greater than 48-inches and longer I 1 than 350 feet 12 1. Maintain and submit daily logs of grouting operations. 13 a. Include: 14 1) Grouting locations 15 2) Pressures 16 3) Volumes l� 4) Grout mix pumped 1 g 5) Time of pumping 19 2. Note any problems or unusual observations on logs. 20 B, Grout Strength Tests 21 1, City will perform testing for 24-hour and 28-day compressive strength tests for the 22 cylindar molds or grout cubes obtained during grouting operations. 23 2. City will perfo�•m field sampling during annular space grouting. 24 a, City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 25 cubic yards of grout injected but not less than 1 set for each grouting shift. 26 b, City will perform 24-hour and 28-day compressive strength tests per ASTM 2� C39 (cylindrical specimens) or ASTM C109 (cube specimens). 2g c. Remaining samples shall be tested as directed by City. 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 C. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Worlc in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in jacicing shafts and receiving shafts/pits. a, Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to applicable local, State and Federal regulations. 3, Methods of construction shall be such as to ensure the safety of the Work, Contractor's and other employees on site and the public. 4. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when pexsonnel are underground. a. Perform all required air and gas monitoring. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECT # 00951 & 00952 33 05 24-10 INSTALLATION OF CARRIER PIPE IN CASING OR TtJNNEL LINER PLATE Page 10 of 10 1 2 3 4 5 6 7 8 9 10 11 12 5 G'! b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. Perform ali Work in accordance with all current applicable regulations and safety requirements of the federal, state and local agencies. a. Cornply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Conshuction and Subpart P, Excavations. b. In the event of conflict, comply with the more stringent requirements. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction 13 3.8 SYSTEM STARTUP [NOT US�D] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 18 19 20 21 22 3.12 PROTECTION [NOT USED] 3.13 MA.INTENANCE [NOT US�D] 3.14 ATTACHMENTS [NOT USED] END OF SECTION C1TY OF FORT WORTH 200'i CRITICAL CAPITAL PROJECT, COLJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECT # 00951 & 00952 330526-1 UTILITY MARKERS/LOCATORS Page 1 of 6 1 2 3 PARTl- GENERAL 4 l.l SUMMARY S�CTION 33 05 26 UTILITY MA.RKERS/I,OCATORS 5 A. Section Includes: 6 l. Buried and surface utility marlcers for utility construction 7 B. Deviations from this City of Fort Worth Standard Specification 8 1, None. 9 10 11 12 13 1.2 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 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 PRIC� AND PAYMENT PROC�DUI2�5 A. Measurement and Payment l. Measurement a. Measurement for this Item will be by lump surn. 2. Payment a. Tha work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for "Utility Markers". 3. The price bid shall include: a, Furnishing and installing Utility Marlcers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess mate�•ial g, Furnishing, placement and compaction of backfill h. Clean-up 29 1.3 ItEFERENCE5 30 31 32 33 34 35 36 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 speci�cally cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIR�MENTS [NOT USED] 3'� 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section O1 33 00. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLINCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT H 00951 & 00952 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 6 1 B. All submittals shall be approved by the Engineer or the City prior to delivery. 2 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Product Data 4 l. Buried Marker 5 2. Surface Marker 6 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 7 1.8 MAINTENANCE MAT�R.TAL SUBMITTALS [NOT USEDJ 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STOR.AGE, AND HANDLING [NOT USED] 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 l.11 I'IELD [STTE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT US�D] PARTZ- PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section Ol 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section Ol 2S 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utiliiy Markers/Locators. B. Materials 1. Buried Markers a. Detectable warning fape sha11 be as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub-off 7) Color and Legends a) Potable water lines CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRi1CTI0N SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT #{ 00951 & 00952 33 OS 26 - 3 UTILITY MAItKERS/LOCATORS Page 3 of 6 1 (1) Color — Blue (in accordance with APWA Uniform Color Code) 2 (2) Legend — Caution Potable Water Line Below (repeated eve�y 24 3 inches) 4 b) Reclaimed water lines 5 (1) Color — Putple (in accordance with APWA Uniform Color Code) 6 (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 � inches) 8 c) Sewer Line 9 (1) Color — Green (in accordance with APWA Uniform Color Code) 10 (2) Legend — Caution Sewer Line Below (repeated every 24 inches) I 1 b. Electronic utility marker balls shall be as follows: 12 1) Sealed shell containing a passive antenna— low-frequency resonance circuit 13 tuned to specific frequency 14 2) Size — 4.5-inch diameter I S 3) Range — 5 feet minimum 16 4) Field Type/Shape — Spherical 17 5) Material — high-density polyethylene 1 g 6) Color and Frequency 1g a) Water Lines 20 (1) Color — Blue (in accordance with APWA Uniform Color Code) 21 (2) Frequency —145.71cHz 22 b) Sewer Line Marlcers 23 (1) Color — Green (in accordance with APWA Uniform Color Code) 24 (2) Frequency — 121.61cHz 25 26 27 28 29 30 31 32 33 34 35 36 37 2. Surface Marlcers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below CITY OP FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 201 I CITY PROJECT # 00951 & 00952 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT US�D] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 �XAMINATION [NOT USED] 6 3.3 PItEPARATION [NOT US�D] 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 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Buried Markers 1. Detectable Warning Tape a. Install in accordance with manufacturez•'s recommendations below natural ground surface and directly above the utility for which it is marking. 1) Allow 18 inches minimum between utility and marker. 2) Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. 2. Electronic Marker Balls a. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. 1) Allow 4 inches minimum between utility and marker. 2) Bury to a depth of 5 feet maximum, or as close to the grade as is practical for optimum protection and detectability. 3) Allow at least 6 feet between each marker. b. Use tie-downs for placement of markers if deemed necessary by the City, or Engineer. c. Upon completion of installation, the City will inspect that electronic marker balls are installed in place, prior to paving over any of the required locations. d. See table below for other details related to marker ball installation: C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 330526-5 UTILITY MAItKERS/LOCATORS Page 5 of 6 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 1� 18 19 20 21 22 Marker Ball Clearance, S acin , Bu and Placement 16-inch and Larger 12-inch and Smaller Water Lines Water Lines Sanita Sewer Clearance between 4 inches 4 inches 4 inches Utility and ( minimum) ( minimum) ( minimum) Marlcer Maximum 5 feet 5 feet � feet But De th Minimum (� feet 6 feet 6 feet S acin -Horizontai Bends Placement -Vertical Bends -Horizontal Pts of curvature, tangency, - Horizontal Bends reverse curvature -Vertical Bends -ROW/Casings (Highways) -Horizontal Tees -Horizontal Pts of _ROW/Casings (excluding fire curvature, tangency, �Railroads) hydrants) reverse curvature -Casings -Casings -Other Locations shown on Drawings -Cleaning wyes -Dead-ends -Plugs -Stub-outs -Other Locations shown on Drawin s B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3, Where possible, place surface markers near fixed objects. 4. Place Surface Marlcers at the following locations: a. Buried Features 1) Place directly above a buried feature. b. Above-Ground Features 1) Place a maximum of 2 feet away from an above-ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings , 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION AOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 330526-6 UTILITY MARKERS/LOCATORS Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1) In undeveloped areas, place marker maximum of 2 feet away fi•om an above-ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 ItEPAIR / RESTORATION [NOT US�D] 3.6 RE-INSTALLATION [NOT US�D] 3.7 FI�LD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDJ 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USEDJ 3.14 ATTACHMENTS [NOT US�D] �ND OF S�CTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT �4 00951 & 00952 330530-1 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page I of 4 � 1 2 S�CTiON 33 OS 30 EXPLORATORY EXCAVATION FOR EXISTING UTILITIES 3 PART1- G�NERAL 4 l.l SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing undei•ground 7 utilities that may conflict with a facility proposed for consh•uction 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 OS 10 — Utility Trench Excavation, Embedment and Backfill 15 1.2 PRICE AND PAYM�NT PROCEDURES 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. 2. Payment: a. The work performed and materials fuinished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Exploratory Excavation of Existing Utilities" of the type specified. 3. The price bid shall include: a. Grade survey b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material £ Furnishing, placing and compaction of embedment g. Furnishing, placing and compaction of backfll h. Clean-up i. Surface restoration 35 1.3 REFERENCES 36 A. Reference Standards 37 1. Reference standards cited in this Specification refer to the current reference 38 standard published at the time of the latest revision date logged at the end of this 39 Specification, unless a date is specifically cited. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNC[L DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC"I' # 00951 & 00952 330530-2 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 2 of 4 1 1.4 ADMINISTRATIVE It�QUIREM�NTS 2 3 4 5 6 7 8 � 12 13 14 15 16 1.5 A. Coordination 1. Coordinate with City Inspector at least 48 hours priox• to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3, Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratoiy Excavations shall be conducted prior to the construction of the entire proj ect. C. Scheduling 1. For cr•itical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratoiy Excavation of Existing Utilities to accommodate City personnel. SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFOItMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS 19 20 21 22 23 24 25 26 1.8 A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c, Existing ground 3. Material type, diameter and description of the condition of existing utility MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE (NOT USED] 28 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED) 29 30 1.11 FIELD [SITE] CONDITIONS [NOT USEDj 1.12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 330530-3 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 3 oF4 1 PART 3 - EXECUTION 2 3.1 INSTALLERS (NOT USED] 3 3.2 �XAMINATION 4 A. Verification of Conditions 5 l. Verify location of existing utilities in accordance with the General Requirements, 6 the General Notes and the Drawings. 7 3.3 PI2�PARATION 8 A. Coordinate with City Survey, if applicable. 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 A. Verify location of existing utility at location denoted on the Dt•awings, or as directed by the City or Engineer. l. Expose utility to spring line, as necessary, 2. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 OS 10. B. Upon completion of the utility exploration, submit a report of the findings. C. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. D. Place embedment and backfill in accordance with Section 33 OS 10. E, Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / R�STORATION [NOT US�D] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SIT� QUALITY CONTROL [NOT USED] 3.8 SYST�M STARTUP [NOT USED] 3.9 ADJUSTING (NOT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROT�CTION [NOT USED] 3.13 MAINT�NANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPTTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 20l 1 CITY PROJECT � 00951 & 00952 33 OS 30 - 4 EXPLORAT012Y EXCAVATION OF EXIS7'ING UTILITIES Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty 1, 2011 CITY PROJECT # 00951 & 00952 33ll 10-1 DUCTILE [RON PIPE Page 1 of 14 1 2 3 PART1- GENERAL S�CTION 33 11 10 DUCTIL,E IRON PIPE 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B, Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 Il 12 13 14 15 16 17 18 19 1.2 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C, Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 O1 31 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 OS 24 — Installation of Carrier Pipe in Casing 7. 33 11 11 — Ductile Iron Fittings PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Pipe a: Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "DIP" installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various gaskets e) Various Depths, for miscellaneous projects only � Various restraints g) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as speci�ed by the Drawings 2) Mobilization 3) Polyethylene encasement CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCTL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT #100951 & 00952 33 11 10 - 2 DUCTILE IRON PIPE Page 2 of 14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Fut•nishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Clay Dams 12) Tlu•ust resn•aint, if required in Contract Docunients 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 2. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "I�ydrocarbon Resistant Gaskets". 23 1.3 REFERENCES 24 A. Refexence Standards 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4, ASTM International (ASTM): a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. c. A674, Standard Practice for Polyethylene Encasement for Ductile Tron Pipe for Water or Other Liquids. d. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. e. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 40 5. American Water Works Association (AWWA): 41 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 42 Enamel and Tape - Hot Applied. 43 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 44 c. M41, Ductile-Iron Pipe and Fittings. 45 6. American Water Works Association/American National Standards Institute 46 (AWWA/ANSI): CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 11 10 -3 DUCTII.E IFZON PIPE Page 3 of 14 a. C 104/A21.4, Cement—Mortar Lining fot• Ductile-Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. C111/A21.1 l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. d. C 115/A21.15, Flanged Ductile-L•on Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. C150/A21.50, Thickness Design of Ductile-I�•on Pipe. f. C151/A21.51, Ductile-Iron Pipe, Cenn•ifugally Cast, for V�ater. g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 9 7. NSF International (NSF): 10 a. 61, Drinking Water System Components - Health Effects. I 1 8. Society for Protective Coatings (SSPC): 12 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1 2 3 4 5 6 7 8 14 1.5 SUBMITTALS IS A. Submitials shall be in accordance with Section O1 33 00. 16 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 17 fabrication for specials. 18 1.6 ACTION SUBMITTALS / TNFOI2MATIONAL SUBMITTALS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Product Data 1. Interiorlining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C 104/A21.4, including: 1) Material 2) Application recommendations 3) Fieldtouch-up procedures 2. Thrust Restraint a. Retainer glands, thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTR7CT 2 STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CfCY PROJECT # 00951 & 00952 33 11 10 - 4 DUCTILE IRON PIPE Page 4 of 14 1 2 3 4 c. Fittings d. Stationing e. Transitions £ Joint deflection 5 C. Certificates 6 1. Furnish an affidavit ce��tifying that all Ductile Iron Pipe meets the provisions of this 7 Section, each run of pipe furnished has met Specifications, all inspections have 8 been made, and that all tests have been performed in accordance with 9 AWWA/ANSI C151/A21.51. 10 2. Furnish a cerii�cate stating that buried bolts and nuts conform to ASTM B 117. 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 13 1.9 QUALITY ASSITRANCE 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Quali�'ications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWAJANSI C151/A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. B. Preconstruction Testing 1, The City may, at its own cost, subject random lengths of pipe for testing by an independent laboratoty for compliance with this Specifcation. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORA.GE, AND HANDLING 34 A. Storage and Handling Requirements 35 l. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 36 stated in AWWA M41. 37 2. Secure and maintain a location to store the material in accordance with Section O1 38 66 00. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 201 I CITY PROJECT # 00951 & 00952 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USEDJ 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED [oxJ OWNER-SUPPLIED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT, PRODUCT TYP�S AND MATERIALS 6 A. Manufacture�s 7 1. Only the manufacturers as listed in the City's Standard Products List will be 8 considered as shown in Section O1 60 00. 9 a. The manufacturer must comply with this Specification and related Sections. 10 2. Any product that is not listed on the Standaa•d Products List is considered a 11 substitution and shall be submitted in accordance with Section O1 25 00. 12 13 14 IS 16 17 18 19 20 21 B. Pipe l. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI C150/A21.15, and AWWA/ANSI CI51/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with ihe Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the foilowing: Diameter Min Pressure Class inches si 3 through 12 350 14 throu h 20 2S0 24 200 30 through 64 150 22 23 24 25 26 27 28 29 30 31 32 33 34 35 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shall be clearly labeled an each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C150/A21.50, AWWAJANSI C151/A21.51, and AWWA M41 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pcf CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDAFLD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJEC"I' # 00951 & 00952 33 11 10 - 6 DUCTILE IRON PIP� Page 6 of 14 1 2) Live Load = AA.SHTO HS 20 2 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 3 4) Bedding Conditions = Type 4 4 5) Woi•king Pressure (P,,.) = 150 psi 5 6) Surge Allowance (PS) = 100 psi 6 7) Design Internal Pi•essure (P;) = P�,, + PS or 2:1 safety factor of the actual � working pr�essure plus the actual surge pressure, whichever is greater, g a) Test Pressure = g (1) No less than 1.25 minimum times the stated working pressure (187 10 psi minimum) of the pipeline measured at the highest elevation � 1 along the test section, 12 (2) No less than 1.5 times the stated working pressure (225 psi 13 minimum) at the lowest elevation of the test section, 14 8) Maximum Calculated Deflection (DX) = 3 percent 15 9) Restrained Joint Safety Factor (Sf) = 15 pei•cent 16 a Trench depths shall be verified after existing utilities are located, 17 1) Vertical alignment changes required because of existing utility or other 1 g conflicts shall be accommodated by an appropriate change in pipe design 19 depth. 2p 2) In no case shall pipe be installed deeper than its design allows. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'7 38 39 40 41 42 43 44 45 46 47 48 7. Provisions for Tlu•ust a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufiicient distance each side of casing. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, when required, shall be used for a sufizcient distance from each side of the bend, tee, plug, valve or other fitting ta resist thrust which will be developed at the design pressure of the pipe. For the purpose of th2•ust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (P;) whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City's Standard Products List as shown in Section O1 60 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 1) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. Joints a. General — Comply with AWWA/ANSI C111/A21.1 l. b. Push-On Joints CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUGTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 331] 10-7 DUCT[LE IRON PIPE Page 7 of 14 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 c. Mechanical Joints � d. Push-On Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in Section Ol 60 00 b) The working pressure rating of the rest�•ained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a can•ier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on tha Drawings 2) Push-on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section O1 60 00. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. Flanged Joints — AWWA/ANSI Cl 15/A21.15, ASME B16.1, Class 12S f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. All rubber joint gaskets utilized on Ductile Iron Pipe shall be in conformance with AWWA/ANSI C111/A21.11. b. Flanged Gaskets 1) Full face 2) Manufactured n�ue to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch 3) Virgin stock 4) Conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11. 5) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. 6) Frayed cut edges resulting from job site gasket fabrication are not acceptable. 7) Furnish Viton� Rubber gaskets hydrocarbon restraint gaskets, when required. c. Isolation Flanges 1) Flanges required by the drawings to be Isolation Flanges shall conform to Section 3 04 10. 10. Bolts and Nuts a. Mechanical Joints 1) High strength corrosion restraint low-carbon weathering steel in accordance with AWWAJANSI C111/A21.11 and ASTM A242, 2) Cor-Blue coated with FluoroKote #1, or equai a) Coating shall conform to the performance requirements of ASTM B117 for up to 4000 hours and shall include, if required, a certificate of conformance. b. Flanged Ends 1) Meet requirements of AWWA C115. a) For buried and non-buried applications, provide ASTM A193 Grade B7 Bolts and ASTM 194 Grade 2H Nuts. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331t 10-8 DUCTILE IRON PIPE Page 8 of l4 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 11. Flange Coatings a. Connections to Steel Flanges " 1} Coatings for buried flanges shall be Densyl Tape system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. 12. Ductile b•on Pipe Exterior Coatings a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otheiv,�ise specified in the Conn•act Documents. 13. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List as shown in Section Ol 60 00 will be considered acceptable. c. Use only vii•gin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement confo�ming 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) Yeai• 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 c) Attach puiple 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 39 Pol eth lene Tube and Sheet Sizes for Push-On Joint Pi e Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 0 0 0 ; � � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 14 14 16 20 24 27 28 28 32 40 48 54 2007 CRITICAL CAPITAL PROJECT, COiINC1L DISTRICT 2 GROCIP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 � 108 216 64 121 242 l 2 14. Ductile Iron Pipe Interior Lining 3 a. Cement Mortar Lining 4 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 5 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 6 to NSF 61. 7 b. Ceramic Epoxy or Epoxy Linings 8 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 9 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 10 Products List as shown in Section O1 60 00. 11 2) Apply lining at a minimum of 40 mils DFT. 12 3) Due to the tolerances involved, the gasket area and spigot end up to 6 13 inches back from the end of the spigot end must be coated with 6 mils 14 nominal, 10 mils maximum using a Joint Compound as supplied by the 15 manufacturer. 16 a) Apply the joint compound by brush to ensure coverage. 17 b) Care should be taken that the joint compound is smooth without excess 18 buildup in the gasket seat or on the spigot ends. 19 c) Coat the gasket seat and spigot ends after the application of the lining. 20 4) Surface preparation shall be in accordance with the manufacturer's 21 recommendations. 22 5) Check thickness using a magnetic film thickness gauge in accordance with 23 the method outlined in SSPC PA 2. 24 6) Test the interior lining of all pipe barrels for pinholes with a non- 25 destructive 2,500 volt test. 26 a) Repair any defects prior to shipment. 27 7) Mark each ftting with the data of application of the lining system along 28 with its numerical sequence of application on that date and records 29 maintained by the applicator of his work. 30 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 31 cut, coat the exposed surface with the touch-up material as recommended 32 by the manufacturer. 33 a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 11 10- 10 DUCTILE 1RON PIPE Page 10 of 14 2.3 ACCESSORI�S [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - �XECUTION 4 3.1 INSTALL�RS [NOT US�D] 5 3.2 �XA.MINATION [NOT USED] 6 3.3 PIt�PARATION [NOT USED] 7 3.4 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 INSTALLATION A, General 1. Install pipe, �ttings, specials and appurtenances as specifed herein, as specified in AWWA C600, AWWA M41 and in accordance with the pipe manufacturei's recommendations. 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 3. Lay pipe to the lines and grades as indicated in the Drawings. 4. Excavate and backfill trenches in accordance with Section 33 OS 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 OS 10. 6. For installation of carrier pipe within casing, see Section 33 0� 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2, Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the interior lining. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for 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. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 11 10- 11 DUCTILE IRON PIPE Page 11 of 14 1 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to enter•ing the spigot into the bell. 3 e. When using a feld cut plain end piece of pipe, refinish the field cut and scarf to 4 conform to AWWA C600. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in one direction. 11 12 13 14 15 16 17 18 19 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and gades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 20 1, Preparation 21 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material fi•om becoming trapped between pipe 24 and polyethylene. 25 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 26 with minimum space between polyethylene and pipe. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell-spigot interfaces, bolted 29 joints or fittings and to prevent damage to polyethylene due to backfilling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table andlor in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g, Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECI', COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised 7uly 1, 2011 CITY PROJECT # 00951 & 00952 33 11 10 - 12 DUCTILE IlZON PIPE Page 12 of 14 1 z. Proceed with installation of next pipe in same manner�, 2 3, Tubulai• Type (Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section, 4 b. Slip tube at•ound pipe, centering it to provide 6 inches of bare pipe at each end. 5 c, Take up slacic width at top of pipe to make a snug, but not tight, iit along bar•rel 6 of pipe, securing fold at quarter points; secure ends, 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion-fashion lengthwise. 9 e, After completing joint, pu113-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 11 by at least 1 foot; make each end snug and secure. 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 Sheet Type a, Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumfer•entially overlaps top quadrant of pipe. d, Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h, Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe-Shaped Appurtenances a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd-Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 36 7. Repairs 3'7 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, wrapped around 39 fitting to cover damaged area and secured in place. 40 41 42 43 44 45 46 4'7 8. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back �lm. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 2 3 4 5 6 7 3.5 8 9 10 11 12 13 14 IS 16 17 18 19 3.6 9. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. REPAIRIRESTORATION A. Patching 1. Excessive field-patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repail•ed does not exceed 100 square inches and has no dimensions greater than 12 inches, 3. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. 4. Wherever necessary io patch the pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. 5. Promptly remove rejected pipe from the site. RE-INSTALLATION [NOT USED] 20 3.7 FIELD (ox] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post-CCTV Inspection in accordance with Section 33 Ol 31. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USEDJ 32 33 34 35 36 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECtFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECT # 00951 & 00952 33 I1 10 - 14 DUCTILE IRON PIPE Page 14 of 14 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 331111-1 DUCTILE IRON FITTINGS Page 1 of 13 � 3 PART1- GENERAL 4 l.l SUMMARY 5 A. Section Includes: 6 7 8 9 SECTION 33 11 11 DUCTILE IRON FITTINGS 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe B. Deviations from this City of Fort Worth Standard Specification 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3. 03 34 16 — Concrete Base Material for Trench Repair 15 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 16 5. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 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. Ductile Iron Water Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of iittings 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 C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AVJWA/ANSI C153/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 "MeasuremenY' will be paid for at the unit price bid per ton of "Ductile Iron Water Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation CTTY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECT � 00951 & 00952 331111-2 DUCTILE IRON FITTINGS Page 2 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraint (if required) 9) �'urnishing, placement and compact�on of embedment 10) Furnishing, placement and compaction of back�ll 11) Clay Dams 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measu�•ement 1) Shall be per ton of iittings supplied 2) Fittings weights are the sum of the var•ious types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21,53. 3) The fitting weights listed in AWWAIANSI Cl 10/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings speciiically call for an AWWAIANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21,53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI 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 I�•on Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraint (if required) 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 3. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT tl 00951 & 00952 33 11 ll -3 DUCTILE IF20N FITTINGS Page 3 of 13 1 2 3 4 1.3 REFERENCES 1) The woi•k performed and the materials furnished in accordance with this Ifem shall be paid for at the lump sum price bid for "Hydrocarbon Resistant Gaskets". A. Reference Standards 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 1. 2. 3. 4. S. � 7. Reference standards cited in this Speci�ication refer to the current referance standard published at the time of the latest revision date logged at the end of this Speci�ication, unless a date is specifically cited. American Society of Mechanical Engineers (ASME): a. B 16,1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). ASTM International (ASTM): a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. b. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. c. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. American Water Works Association (AWWA): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C104/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. C 110/A21.10, Ductile-Iron and Gray-Iron Fittings. d. Cl 11/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. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT US�D] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section O1 33 00. 38 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 39 fabrication for specials. 40 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 41 42 43 A. Product Data 1. Ductile Iron Fittings a. Pressure class CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 3311I1-4 DUCTILE IRON FITTTNGS Page 4 of 13 1 2 3 4 5 6 7 8 9 ]0 11 12 13 14 15 16 17 18 19 20 21 22 23 1.7 24 1.8 2. 3 0 5. 6. b. Interior lining c. Joint types Polyethylene encasement and tape a. Planned method of installation b, Whether the film is linear low density or high density cr•oss linked polyethylene c. The thickness of the film provided The interior lining, if it is othei• than cement mortar lining in accordance with AWWA/ANSI C104/A21.4 a. Material b. Application recommendations c. Field touch-up procedures Thrust Restraint a. Retainer glands b. Tlu�ust harnesses c. Any other means Bolts and nuts for mechanical and or flange joints Gaskets B. Certificates 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings meet the provisions of this Section and meet the requirements of AWWA/ANSI C110/A21.10 or AWVJA/ANSI C153/A21.53. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. CLOS�OUT SUBMITTALS [NOT USED] MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE 26 A. Qualifications 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 1. Manufactui•ers a, Fittings manufacturing operations (fttings, lining, and coatings) shall be perfornied under the control of the manufacturer. b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI C110/A21.10 or AVWVA/ANSI C153/A21.53. 1) Perform quality conh•ol tests and maintain the results as outlined in these standards to assure compliance. B. Preconstruction Testing 1. The City may, at its own cost, subject random �ttings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements l, Store and handle in accordance with the guidelines as stated in AWWA M41. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT tt 00951 & 00952 33ll11-5 DUCTILE IIZON FITTINGS Page 5 of 13 1 2 3 4 2. Secure and maintain a location to store the material in accordance with Section O1 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS 6 2.1 OWNER-FURNISHED [o�] OWNER-SUPPLI�D PRODUCTS [NOT USED] 7 2.2 EQUIl'M�NT, PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. Only the manufacturers as listed on the City's Standard Products List will be 10 considered as shown in Section O1 60 00. 11 a. The manufacturer• must comply with this Specification and related Sections. 12 2. Any product that is not listed on the Standard Products List is considered a l3 substitution and shall be submitted in accordance with Section O l 25 00. 14 B. Ductile L•on Fittings 15 l. Ductile Iron Fittings shall be in accordance with AWWA/ANSI Cl 10/A21.10, 16 AWWA/ANSI C153/A21.53. 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 2. All fittings for potable water service shall meet the requirements of NSF 61. 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of the pipe which the fitting is connected, unless specifcally indicated in the Drawings. 4. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. Push-On Joints 1) Comply with AWWA/ANSI C111/A21.1 l. b. Mechanical Joints 1) Comply with AWWA/ANSI C111/A21.11. c. Mechanical Joints with mechanical restraint 1) Restraint devices shall consist of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSUAWWA C110/A21.10. 2) The devices shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipa (1) 3-inch —16-inch, 350 psi CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 11 11 - 6 DUCTILE IItON FITTINGS Page G of 13 1 (2) 18-inch — 48-inch, 250 psi 2 b) PVC C900 and C905 3 (1) 3-inch — 12-inch, 305psi q (2) 14-inch— 16-inch, 235psi 5 (3) 18-inch — 20-inch, 200psi 6 (4) 24-inch — 30 —inch 165psi � c) Ratings are fot� water pressui•e and must include a minimum safety g factor of 2 to 1 in all sizes 9 3) Restraint devices shall have specific designs for Ductile Iron and PVC and � 0 should be easily differentiate between the two. 11 4) Gland body, wedges and wedge actuating components shall be cast from 12 grade 65-45-12 ductile it•on matei•ial in accordance with ASTM A536 13 5) Mechanical joint restraint shall require conventional tools and installation 14 procedures per AWWA C600, while retaining full mechanical joint 15 deflection during assembly as well as allowing joint deflection after 16 assembly. 17 6) Proper actuation of the gripping wedges shall be ensured with torque 18 limiting twist off nuts. 19 d. Push-On - Restrained Joints 20 1) Restraining Push-on joints by means of a special gasket 21 a) Only those products that are listed in O1 60 00 22 b) The working pressure rating of the restrained gasket must exceed the 23 test pressure of the pipe line to be installed. 24 c) Approved for use of restraining Ductile Iron Pipe in casing with a 25 carrier pipe of 4-inches to 12-inches 26 d) Otherwise only approved if specially listed on the drawings 27 2) Push-on Restrained Joint bell and spigot 28 a) Only those pi•oducts list in the standard products list will be allowed for 29 the size listed in the standard products list per Section Ol 60 00 30 b) Pressure rating shall exceed the working and test pressure of the pipe 31 line 32 e. Flanged Joints 33 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 34 2) Flange bolt circles and bolt holes shall match those of ASME B 16. l, Class 35 36 37 38 39 40 41 42 43 44 45 46 47 48 125. 3) Field fabricated flanges are prohibited. 6. Gaskets a. All rubber joint gaskets utilized on Ductile Iron Fittings shall be in conformance with AWWA/ANSI C111/A21.1 l. b. Flanged Gaskets 1) Full face 2) Manufactured true to shape frorn minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch 3) Virgin stock 4) Conforming to the physical and test requirements specified in AWWA/ANSI Cl 11/A21.11 5) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT �t 00951 & 00952 3311I1-7 DUCTILE IRON FITTINGS Page 7 of 13 6) Frayed cut edges resulting from job site gasket fabi•ication are not acceptable. 7) Furnish Viton� Rubber gaskets hydrocarbon restraint gaskets, when 4 required. 5 c. Isolation Flanges 6 1) Flanges required by the drawings to be Isolation Flanges shall conform to 7 Section 3 04 10. 8 �. Bolts and Nuts 9 a. Mechanical Joints 10 1) High strength corrosion resh•aint low-carbon weathering steel in 11 accordance with AWWA/ANSI Cl 11/A21.1 l, and ASTM A242, 12 2) Cor-Blue coated with FluoroKote #l, ol• egual 13 a) Coating shall conform to the performance requirements of ASTM B 117 14 for up to 4000 hours and shall include, if required, a ce��tificate of I S conformance. 16 b. Flanged Ends 17 1) Meet requirements of AWWA Cl 15. 18 a) For buried and non-buried applications, provide ASTM A193 Grade B7 19 bolts and ASTM 194 Grade 2H Nuts. 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 8. Flange Coatings a. Connections to Steel Flanges 1) Coatings for buried flanges shall be Densyl Tape system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. 9. 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. 10. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only manufacturei•s listed in the City's Standard Products List as shown in Section O1 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene f Im with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum �lm thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage £ Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with "RECLAIMED WATER", CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty 1, 2011 CITY PROJECT # 00951 & 00952 33 11 I1 - 8 DUCTILE IItON FITTINGS Page 8 of 13 1 b) Provide purple polyethylene in accordance with the American Public 2 Works Association Uniform Color Code; or 3 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 4 2) Wastewater, perform one of the foliowing: 5 a) Label polyethylene encasement with "WASTEWATER"; 6 b) Provide green polyethylene in accordance with the American Public � Works Association Uniform Color Code; or g c) Attach green sanitary sewer marker tape to the polyethylene wrap. g g, Minimum widths 1p Polyethylene Tube and Sheet Sizes fo�� Push-On Joint Fittings Nominal Fittings Diametei• Min. Width — Flat Tube Min. Width — Sheet (inct�es) (inches) (inches) 3 14 28 4 14 28 6 16 32 g 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 3? 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 Il 12 13 14 15 16 1'7 18 19 20 21 22 23 24 11. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section O1 60 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. CITY OF FORT WORTH 200'7 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCI7MENTS GROUP 2A & GROUP 2B Revised Juty l, 201 I CITY PROJECT # 00951 & 00952 33ll11-9 DUCTILE IRON FITTINGS Page 9 of 13 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 4) 5) 6) 7) 8) a) Apply the joint compound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after• the application of the lining. Surface preparation shall be in accordance with the manufacturer's recommendations. Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. Test the interior lining of all fittings foi• pinholes with a non-destructive 2,500 volt test. a) Repair any defects prior to shipment. Mark each iitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. For all Ductile Iron Fittings in wastewater service where the �tting has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 19 2.3 ACC�SSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - �XECUTION 22 3.1 INSTALLERS [NOT USED) 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. General 27 1. Install fittings, specials and appurtenances as speciiied herein, as speciiied in 28 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 29 recommendations. 30 2. Lay fittings to the lines and grades as indicated in the Drawings. 31 32 33 34 35 36 37 38 39 40 41 42 3. Excavate and backfill trenches in accordance with 33 OS 10. 4. Embed Ductile Iron Fittings in accordance with 33 OS 10. B. Joint Making l. Mechanical Joints a. Bo]t the follower ring into compression against the gasket, with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate far poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-on joints as defined in AWWA/ANST C111/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJEC'I' # 00951 & 00952 33 11 11 - 10 DUCTILE IRON FITTINGS Page 10 of 13 1 d. Apply a thin film of non-toxic vegetable soap lubt•icant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 e. When using a�eld cut plain end piece of pipe, refinished the field cut and scarf 4 to conform to AWWA M-41. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gaslcet. 9 b. The fitting must be fi•ee to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in 1 direction. I1 12 13 14 15 l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4. Joint Deflection a, Deflect the pipe only when necessaiy to avoid obsU•uctions 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 m�imum deflection allowed is 50 pe�•cent of that indicated in AWWA C600. d, The manufacturer's t•ecommendation may be used with the approval of the Engineer. C. Polyethylene Encasement Installation: 1. Prepa�•ation a. Remove all lurnps of clay, mud, cinders, etc., on i"ittings 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 slacic 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 iittings, 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 h•ench 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 iitting and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of fitting to make a snug, but not tight, iit along barrel of iitting, securing fold at quarter points. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CON3TRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CTI'Y PROJECT # 00951 & 00952 331111-I1 DUCTILE IRON FITT(NGS Page I 1 of 13 1 h. Repair cuts, tears, punctures or other damage to polyethylene. 2 i. Proceed with installation of next fitting in same manner. 3 3. Tubular Type (Method B) 4 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 5 section. 6 b. Slip tube around fitting, centering it to provide 6 inches of bare iitting at each 7 end. 8 c. Take up slack width at top of fitting to make a snug, but not tight, fit along 9 barrel of fitting, securing fold at quarter points; secure ends. 10 d. Before mal<ing up joint, slip 3-foot length of polyethylene tube over end of 11 proceeding pipe section, bunching it accordion-fashion lengthwise. 12 e. After completing joint, pu113-foot length of polyethylene over joint, 13 overlapping polyethylene previously installed on each adjacent section of pipe 14 by at least 1 foot; make each end snug and secure. 15 16 17 18 19 20 21 22 23 24 25 26 27 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each fitting, bunching it until it clears the fitting ends. c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting into trench with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of fittings in same manner. 28 5. Pipe-Shaped Appurtenances 29 a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with 30 polyethylene in same manner as pipe and fittings. 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 6. Odd-Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area, and secure in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECI', COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT � 00951 & 00952 33 11 11 -12 DUCTILE IRON FITTINGS Page 12 of 13 1 2 3 4 5 6 7 8 9 c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Fittings a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for disYance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from cast or Ductile b•on Fittings. 10 D. Blocking 11 1. Install concrete blocicing in accordance with Section 03 34 16 for all bends, tees, 12 crosses and plugs in the pipe lines as indicated in the Drawings. 13 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, l4 normal to the thrust. IS 16 17 18 19 20 21 3. The supporting area for each block shall be at least as great as that indicated on the Drawings and shall be sufficient to withstand the thrust, including water hammer, which may develop. 4, Each block shall rest on a firm, undisturbed foundation or trench bottom. 5. If the Contractor encounters soil that appears to be different than that which was used to calculate the blocking according to the Drawings, the Contractor shall notify the Engineer prior to the installation of the blocking. 22 3.5 REPAII2/R�STORATION 23 24 25 26 27 28 29 30 31 32 33 A. Patching 1. Excessive field-patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In gener•al, there shall not be more than 1 patcl� on either the lining or the coating of any fitting. 4. Wherever necessary to patch the fitting: a, Make patch with cement mortar as previously specified for interior joints. b. Do not install patched fitting until the patch has been properly and adequately cured and approved for laying by the City. c. Promptly remove rejected fittings from the site. 34 3.6 RE-INSTALLATION [NOT USED] 35 3.7 FIELD [ox] SITE QUALITY CONTROL 36 37 38 39 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. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECII^ICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 1 l 11 - 13 DUCTILE IRON FITTINGS Page 13 of 13 1 2 3 4 5 6 7 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRTCT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331112-1 POLYVINYL CHLORIDG (PVC) PRESSURE PIPE Page l of 8 1 2 SECTION 33 11 12 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE 3 PARTl- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, 7 wastewater and reuse applications 8 B. Deviations from this City of Fort Wor�th Standard Specification 9 1. None, 10 I1 12 13 14 15 16 17 18 1.2 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 O1 31 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 OS 24 — Installation of Carrier Pipe in Casing PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a, Measured horizontally along the surface from center line to center line of the ftting, manhole, or appurtenance 2. 3. 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 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 £ Disposal of excess material CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJEC'I' # 00951 & 00952 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 1 2 3 4 5 6 7 8 9 g• h, J• k. 1. m. n. o. Furnishing, placement and compaction of embedment Furnishing, placement and compaction of back�ll Clay Dams Thrust restraint, if required by Contract Documents Gaskets Clean-up Cleaning Disinfection Testing 10 1.3 I2�FETtENCES 11 A, Reference Standar•ds 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. Atnerican 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 Speci�cation for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 4. American Water Worlcs Association (AWWA): a. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. d. C905, Palyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN through 48 IN, for Water Transmission and Disri•ibution. e. M23, PVC Pipa — Design and Installation. £ M41, Ductile-Iron Pipe and Fittings. 31 5. NSF International (NSF): 32 a. 61, Drinking Water Systenn Components — Health Effects. 33 6. Underwriters Laboratories, Inc. (UL). 34 1.4 ADMINISTRATIV� REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section Ol 33 00. 37 B. All submittals shall be approved by the Engineer or the City prior to delivery. 38 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 39 40 41 42 1 2. A. Product Data 1. For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 11 t2 - 3 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2. � b. Manufacturer c. Dimension Ratio d. Joint Types Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint Gaskets B. Shop 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. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900 or AWWA C905. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANC� MAT�RIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 37 38 39 40 41 42 43 A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRtJCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331112-4 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 4 of 8 1 2 3 c, All pipe furnished shall be in conformance with AWV✓A C900 and AWWA C905. 1.10 D�LIV�RY, STORAGE, AND HANDLTNG 4 A. Storage and Handling Requirements 5 l. Store and handle in accordance with the guidelines as stated in AWWA M23. 6 2. Secure and maintain a lacation to store the material in accordance with Section O1 7 66 00, 8 E 1.11 FI�LD [SIT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 1 l 2.1 OWN�R-FURNISHED [oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 12 13 2.2 �QUIPMENT, PRODUCT TYPES AND MAT�RIALS A. Manufacturers 14 1. Only the manufacturers as listed in the City's Standard Products List will be 15 considered as shown in Section O1 60 00. 16 a. The manufacturer must comply with this Specification and related Sections. ] 7 2. Any product that is not listed on the Standard Products List is considei•ed a 18 substitution and shall be submitted in accordance with Section O1 25 00. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 B. Pipe 1. Pipe shall be in accordance with AWWA C900 or AWWA C905. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D 1784, with a cell classi�ication of 12454-B. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimuzn the following Dimension Ratio's apply: Diameter Min Pressure Class inch si 4 throu h 12 DR 14 16 throu h 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900 or AWWA C905. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CTI'Y PROJECT # 00951 & 00952 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 5 of 8 1 4) AWWA C900 or AWWA C905 2 5) Seal of testing agency that verified the suitability of the pipe 3 C. Pressure and Deflection Design 4 1. Pipe design shall be based on trench conditions and design pressure class specified 5 in the Drawings, Pipe shall be designed according to the methods indicated in 6 AWWA M23 foi• trench construction, using the following parameters: 7 a. Unit Weight of Fill (w) = 130 pcf 8 b. Live Load = AASHTO HS 20 9 c. Trench Depth = 12 feet minimum, or as indicated in Drawings 10 d. Maximum E' = 1,000 max 11 e. Deflection Lag Factor = 1.0 12 f, Working Pressure (PW) = 150 psi 13 g. Surge Allowance (PS) = 100 psi minimum 14 h. Test Pressure = 15 1) No less than 1.25 times the stated working pressure (187 psi minimum) of 16 the pipeline measured at the highest elevation along the test section. 17 2) No less than 1.5 times the stated working pressure (225 psi minimum) at 18 the lowest elevation of the test section. 19 i. Maximum Calculated Deflection = 3 percent 20 j. Restrained Joint Safety Factor (SF) = 1.5 21 2. Verify trench depths after existing utilities are located. 22 a. Accommodate vertical alignment changes required because of existing utility or 23 other conflicts by an appropriate change in pipe design depth. 24 b. In no case shall pipe be installed deeper than its design allows. 25 3. Provisions for Thrust: 26 a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings. 28 b. No thrust restraint contribution shall be allowed for the restrained length of 29 pipe within the casing. 30 c. Restrained joints, where required, shall be used for a sufficient distance from 31 each side of the bend, tee, plug, valve, or other fitting to resist thrust which will 32 be developed at the design pressure of the pipe. For the purpose of thrust the 33 following shall apply: 34 1) Calculate valves as dead ends. 35 2) Design pressure shall be greater than the pressure class of the pipe or the 36 internal pressure (P;), whichever is greater. 37 3) Restrained joints shall consist of approved mechanical restrained or push- 38 on restrained joints as listed in the City's Standard Products List as shown 39 in Section O1 60 00. 40 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. 41 d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 42 resist thrust in accordance with the Drawings and the following: 43 1) Calculate the weight of the earth (We) as the weight of the projected soil 44 prism above the pipe, for unsaturated soil conditions. 45 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil 46 conditions 47 3) In locations where ground water is encountered, reduce the soil density to 48 its buoyant weight for the backfill below the water table. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COITNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 1 I 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 a) Reduce the coef�cient of friction to 0.25. 4. Joints a. Joints shall be gasket, bell and spigot and push-on type conforming to ASTM D3139. b. Since each pipe manufacturer has a 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 O1 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 OS 26. 12 2.3 ACCESSORI�S [NOT US�D] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION (NOT USED] 17 3.3 PREPARATION [NOT USED] l 8 3.4 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C60S, 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 OS 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 OS 10. 5. For installation of carrier pipe within casing, see Section 33 OS 24. B. Pipe Handling 1. Haul and distribute pipe and iittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that wiil 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 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33I112-7 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 a. Bolt the follower �•ing into compression against the gasket, with the bolts tightened down evenly then cross torgue in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-On joints as defined in AWWA C900 and AWWA C905. b. Wipe 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 f Irn of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the En�ineer. D. Detectable Metallic Tape Installation 1. See Section 33 OS 26. 23 3.5 REPAIRIRESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 FIELD [ox] SITE QUALITY CONTROL 26 A. Potable Water Mains 27 28 29 30 31 32 33 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as speci�ed in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection in accordance with Section 33 Ol 31. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331112-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 1 3.8 5YST�M STARTUP (NOT USED] 2 3.9 ADJUSTING [NOT US�D] 3 3.10 CLEANING [NOT US�D) 4 3.11 CLOS�OUT ACTIVITI�S [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 � 10 END OF SECTION Revision Log DATE NAME SUMMARY OF' CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAI'ITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'I' # 00951 & 00952 331114-1 BURIED STEEL PIPE AND FITTINGS Page 1 of 27 1 2 3 PART1- GEN�RAL SECTTON 33 11 14 BURIED STEEL PIPE AND FITTINGS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Buried Steel Pipe 24-inches and larger for potable water applications 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 10 11 12 13 14 15 16 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 O l 31 — Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 OS 10 — Utility Trench Excavation, Embedment, and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 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. Buried Steel Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting or appurtenance b, Payment 1) The work performed and materials fui�nished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Steel AWWA C200 Pipe" installed for: a) Various sizes b) Various type of backiill c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint 11) Bolts and nuts CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CTTY PROJECT # 00951 & 00952 33 11 14 - 2 BURTED STEEL PIPE AND FITTINGS Page 2 of 27 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 2. 12) Welding 13) Gaskets 14) Furnishing, placement and compaction of backfill 15) Clay dams 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing Buried Steel Pipe Fittings a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work perfoimed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid for "Steel Fittings". c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint 11) Bolts and nuts 12) Welding 13) Gaskets 14) Furnishing, placement and compaction of backfll 15) Clay dams 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 3'7 1.3 I2EF�RENCES 38 A. Reference Standards 39 40 41 42 43 44 45 46 47 48 1. Reference standards cited in this Speciiication refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Architectural Manufacturers Association (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 4. ANSI Tnternational (ASTM): a. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PDI Tensile Strength. b. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANAAFtD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' # 00951 & 00952 33 ii ia-s BURIED STEEL PIPE AND FITTINGS Page 3 of 27 1 2 3 4 5 6 7 8 9 10 11 l2 13 14 15 16 17 c. d. e. f. g• h. i. J• k. l, m B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. C33, Standard Specifications for Concrete Aggregates, C144, Standard Specification foY• Aggregate for Masonry Mortar. C150, Standard Specification for• Portland Cement. C216, Standaxd Specification for Facing Bricic (Solid Masonry Units Made from Clay or Shale). D16, Standaz�d Terminology for Paint, Related Coatings, Materials, and Applications. D242, Standard Specification for Mineral Filler for Bituminous Paving Mixtures. DD522, Standard Test Methods fot• Mandrel Bend Test of Attached Organic Coatings. . D2240, Standard Test Method for Rubber Property-Durometer Hardness. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Poi•table Adhesion Testers. E165, Standard Practice for Liquid Penetrant �xamination for General Industry. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 ai 5, American Welding Society (AWS) 6. Dl.l, Structure Welding Code - Steel. 7. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 Inches and Larger. b. C205, Cement MoY�tar Protective Lining and Coating for Steel Water Pipe 4 Ins and Larger Shop-Applied, c. C206, Field Welding of Steel Water Pipe. d. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. f. C210, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. g. C216, Heat Shrinlcable Cross-Linked Polyoleiin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings i, M11, Steel Pipe - A Guide for Design and Installation. 8. American Water• Works Association/American National Standards Institute (AW WA/ANSI): a. C111/A21.1 l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 9. International Organization for Standardization (TSO). 10. NACE International (NACE): a. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. 42 11. NSF Tnternational (NSF): 43 a. 61, Drinlcing Water System Components - Health Effects. 44 12. Spray Polyurethane Foam Alliance (SPFA). 45 13. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers 46 (NACE) q'7 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 4g b. SP l, Solvent Cleaning. CITY OP FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 11 14 -4 BURIED STEEL PIPE AND FITTINGS Page 4 of 27 1 c. SP 2, Hand Tool Cleaning. 2 d. SP 3, Power Tool Cleaning. 3 14. Society for Protective Coatings/National Associate of Con•osion Engineers 4 (SSPC/NACE) 5 a, SP 10/NACE No. 2, Near-White Blast Cleaning. G 1.4 A.DMINISTRATIVE 12EQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 9 10 A. Submittals shall be in accordance with Section O1 33 00. B, All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 11 1.6 ACTION SUBMITTALS/INFORMA.TIONAL SUBMITTALS 12 A. Product Data 13 1. Exterior Coating 14 a. Material data 15 b. Application recommendations 16 c. Field touch-up procedures 17 2. Heat Shrink Sleeves, if applicable 1 g a. Material data 19 b. Installation recommendations 20 3. Joint Wrappers, if applicable 21 a. Material data 22 b. Installation recommendations 23 4. Mixes 24 a. Mortar for interior joints and patches 25 b. Bonding agents for patches 26 5. Gaskets 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 B. Shop Drawings 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Maximum design pressure 2) Surge pressure b. External pressure 1) Deflection 2) Buckling 3) Extreme loading conditions c. Special physical loading such as supports or joint design d. Thermal expansion and/or contraction 2. Tlu•ust restraint calculations fot• all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths shown in the Drawings. 3. Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' # 00951 & 00952 33 11 14 - 5 IIURIED STEEL PIPE AND FITTINGS Page 5 of 27 l 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 a. Pipe class b. Joint types c. Fittings d. Outlets e. Thrust Restraint f, Stationing (in accordance with the Drawings) g. Transitions h, Joint deflection i. Interior lining j. Outlet locations for welding, ventilation, and access k. Welding requirements and provisions for thermal stress control C. Certificates and Test Reports 1. Prior to shipment of the pipe, the pipe manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C200, AWWA C205, AWWA C210, AWWA C222 and these Specifications, b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. c. Mill certi�cates, including chemical and physical test results for each heat of steel. d. A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this Specification. e. Certi�ed test reports for welder certification for factory and feld welds in acco��dance with AWWA C200, Section 4.11. f. Certified test reports for cement mortar tests. g. Certified test reports for steel cylinder tests. 27 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 28 1.8 MATNTENANC� MAT�RIAL SUBMITTALS [NOT USEDJ 29 1.9 QUALITY ASSUIZANCE 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Quali�cations 1. Manufacturers a. Shall be certiiied under S.P.F.A. or I.S.O. quality certification program for steel pipe and accesso�y manufacturing b. Finished pipe shall be the product of 1 manufacturer, c. Pipe manufacturing operations (pipe, lining and coatings) shall be performed under the control of the manufacturer. d. The pipe manufacturer shall not have less than 5 years successful experience manufacturing pipe of the particular type and size indicated or demonstrate an experience record that is satisfactory to the Engineer and City. 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 2) Pipe manufacturing operations (pipe, fittings,lining, coating) shall be performed at 1 location, unless otherwise approved by the Engineer. e. Manufacture pipe in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRTCT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROTJP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331114-6 BURIED STEEL PIPE AND FITTINGS Page 6 of 27 1.10 DELIV�RY, STORAGE, AND HANDLING 2 A. Packing 3 1. Prepare pipe for shipment to: 4 a. Afford maximum protection from normal hazard of transportation 5 b. Allow pipe to reach project site in an undamaged condition 6 2. Pipe damaged in shipment shall not be delivered to the project site unless such 7 damaged pipe is properly repaired. 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 a3 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addition of water, as necessary. 4. Pipes shall be carefully supported during shipment and storage. a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tie-down straps approximately over stulling. c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. d. Each end of each length of pipe, fitting or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. 1) Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. 2) Pipe shall be rotated so that 1 stull remains vertical during storage, shipment and installation. 3) At a minimum, stulls shall be placed at each end and center. a) Additional stulls may be required depending upon the length of the joints and pipe design. 4) Stulls shall not be removed until backfill operations are complete (excluding final clean up), unless it can be demonstrated to the City's satisfaction that removal of stulls will not adversely affect pipe installation. B. Delivery, Handling, and Storage l. Once the iirst shipment of pipe has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's interior coating for excessive cracking. 2. If excessive cracking is found, the Contractor shall modify shipping procedures to xeduce or eliminate cracicing. 3. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systerns. 4. Secure and maintain a location to store the material in accordance with Section Ol 66 00. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'I' # 00951 & 00952 33 11 14 - 7 BURIED STEEL PIPE AND FITTINGS Page 7 of27 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWN�R-FURNISH�D [NOT US�Dj 5 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 6 7 8 9 10 11 A, Manufacturers 1. 2. Only the manufacturers as listed by the City's Standard Products List will be cousidered as shown in Section Ol 60 00. a. The manufacturer rnust comply with this Specification and related Sections. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 B. Materials l. 2. General a. Pipe shall be manufaciured in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. b. All pipe lining material in contact with potable water shall meet the requirements of NSF 61. Exterior Polyurethane Coating a. For Pipe: 1) Polyurethane Coating shall be factory applied and meet the requirements of AWWA C222. Use a Coating Standard ASTM D16, Type V system which is a 100 percent solids, 2-component polyurethane (or 2-package polyisocyanate, polyol-cured urethane) coating. a) Components shall have balanced viscosities in their liquid state and shall not require agitation during use. b) Conversion to Solids by Volume: 97 percent � 3 percent c) Temperature Resistance: Minus 40 degreas F and plus 150 degrees F d) Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC SP 10/NACE No. 2 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full cure within 7 days at 70 degrees F e) Maximum Specifc Gravities (1) Polyisocyanate resin, 1.20 (2) Polyol resin, 1.15 � Minimum Impact Resistance: 80 inch-pounds using 1-inch diameter steel ball g) Minimum Tensile Strength: 2000 psi h) Hardness: Minimum Durometer hardness of 65 on the Shore D seale in accordance with ASTM D2240 i) Flexibility Resistance (1) ASTM D522 using 1-inch mandrel (2) Allow coating to cure for 7 days. (3) Perform testing on test coupons held for 15 minutes at temperature extremes specified above. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 _. _ 33 11 14 - 8 BURIED STEEL PIPE AND FITTINGS Page 8 of 27 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 j) Dry Film Thickness: 35 mils k) Coating shall be a self priming, plural component, 100 percent solids, non-extended polyurathane, suitable for burial or immersion and shall be: (1) Corropipe II Omni as manufactured by Madison Chemical Industries Inc. (2) Durashield 210 as manufactured by LifeLast, Tilc., or (3) Protec II, as manufactured by ITW — Fu�iira Coatings, Inc. 2) The coating manufacturer shall have a minimum of 5 years experience in the production of this type coating. b. For Specials, Fittings, Repair and Connections 1) Provide shop-applied and field-applied coating as follows: a) Corropipe II Omni, and GP II (E) Touch-Up, respectively, as manufactured by Madison Chemical Industries, or b) Durashield 210, Durashield 310, or Durashield 310 JARS as manufactured by LifeLast, Inc., or c) Protec II, or as recommended by the coating manufacturer. d) Properties specified above. e) Mix and apply polyurethane coatings in accordance with the coating manufacturer's recornmendations. 3. Cement Mortaz� Linings a. Cement mortar linings shall be shop-applied. b. Shop-applied cement mortar linings shall conform to the requirements of AWWA C205 with the following modifications: 1) Sand used for cement mortar shall be silica sand ASTM C33. 2) Curing of the linings shall conform to the requirements of AWWA C205. 4. Gaskets a. Isolation Flanges � 1) Flanges which are required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. b. Class D Flanges 1) �ull face 2) Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/$ inch 3) Virgin stock 4) Conforming to the physical and test requirements specified in AWWA/ANSI C111/A21.11 5) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. 6) Fxayed cut edges resulting from job site gasket fabrication are not acceptable. 7) Furnish Viton� Rubber gaskets hydrocarbon restraint gaskets, when required. c. Class E Flanges 1) Full Face 2) 1/8-inch Nonasbestos gasket in accordance with AWWA C207. 5. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C207. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COtTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 33 11 14 - 9 BURIED STEEL PIPE AND F1TTiNGS Page 9 of 27 1 2) Class D and E Flanges 2 a) For buried and non-buried applications, provide ASTM A193 Grade B7 3 Bolts and ASTM 194 grade 2H Nuts. 4 6. Flange Coatings 5 a, Coatings for buried flanges shall be Densyl Tape system manufactured by 6 Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or 7 approved equal. 8 7. Steel shall 9 a. Meet the requirements of AWWA C200 10 b. Be of continuous casting 11 c. Be homogeneous 12 d. Be suitable for field welding 13 e, Be fully kilned 14 f. Be fine austenitic grain size 15 8. Bend Fittings 16 a. Fabricate all fittings fi•om hydrostatically tested pipe. 17 b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 18 9. Threaded Outlets 19 a. Where outlets or taps are tlu•eaded, Threaded with CC Threads and furnish and 20 install brass bushings for the outlet size indicated, 21 10. Weld Lead Outlets 22 a. Use of threaded outlets for access for weld leads is permitted. 23 b. Additional outlet coniigurations shall be approved by the Engineer. 24 c. Outlets shall be welded after use. 25 11, Mixes 26 a. Mortar for Joints 27 1) Mortar shall be 1 part cement to 2 parts sand. 28 2) Cement shall be ASTM C150, Type I or II, 29 3) Sand shall be of sharp silica base. 30 a) Sand shall conform to ASTM C144. 31 4) Interior joint mortar shall be mixed with as little water as possible so that 32 the mortar is very stiff, but workable. 33 5) Water for cement mortar shall be from a potable water source. 34 6) Mortar for patching shall be as per interior joints. 35 b. Bonding Agent 36 1) Bonding Agent for Cement Mortar Lining must meet NSP 61, if cement 37 lining is in contact with potable water. 38 2) Bonding agent for cement mortar lining patching shall be: 39 a) Probond Epoxy Bonding Agent ET-150, parts A and B 40 b) Silcadur 32 Hi-Mod, or 41 c) Approved equal 42 12. Heat Shrinlc Sleeves for Polyurethane Coated Steel Pipe 43 a. Primer: Provide as recommended by the sleeve manufacturer. 44 b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve 45 manufacturer. 46 1) Size and type shall be as recommended by the sleeve manufacturer for Type 4� of pipe and joint. CTTY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju(y 1, 2011 CITY PROJECT # 00951 & 00952 33 11 14 - 10 E3URIED STEEL PIPE AND FITTINGS Page 10 of27 1 c. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85 2 mils total tliickness, suitable for pipeline operaiing temperature, sleeve material 3 recove�y as recommended by the manufacturer. 4 1) High recovery sleeves shall be provided for bell and spigot and coupling 5 style joints with a minimum of 50 percent recove�y. 6 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe � coating on each side of the joint. 8 3) Width to take into consideration shrinkage of the sleeve due to installation 9 and joint profile 10 d. Heat shrink sleeves shall meet AWWA C216, as manufactured by: 11 1) Canusa 12 2) Raychem, or 13 3) Approved equal 14 e. Provide heat shrinlc sleeve suitable to interior joint welding without damage to 15 heat shrink sleeve. 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 C. Performance / Design Criteria l. Pipe Design a. Steel pipe shall be designed, manufactured and tested in conformance with AWWA C200, AWWA Ml l and these Specifications. b. Sizes and pressure classes (working pressure) shall be as shown below. c. For the purpose of pipe design, the transient pressure plus working pressure shall be as indicated below. d. Fittings, specials and connections shall be designed for the same pressures as the adjacent pipe. e. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M1 l; using the following parameters: 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 2) Live Load a) = AASHTO HS 20, at ali locations except at railroads b) = Cooper E80, at Railroads 3) Trench Depth = As indicated in the Drawings 4) Deflection Lag Faetor (D�) = 1.0 5) Coefizcient (K) = 0.10 6) Maximum Calculated Deflection: a) Dx = 3 percent (for polyurethane coated pipe) b) Dx = 2 percent (for cement mortar coated pipe) 7) Soil Reaction Modulus (E') < 1,000 8) Working Pressure = 150 psi a) Test Pressure = (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 9) Surge Allowance = 100 psi, minimum a) Where Total Pressure (including surge) = 150 psi + 100 psi = 250 psi f. Fittings and specials shall be: C1TY OF FORT WORTH 2O07 CRITICAL CAP11'AL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECf # 00951 & 00952 33 11 14-11 BURIED STEEL PIPE AND FITTINGS Page 1 I of 27 i 1) Designed in accordance with AWWA C208 and AWWA Ml 1 except that 2 crotch plates shall be used for outlet reinforcernent for all Pressure 3 Diameter Values, PDV, greater than 6,000. 4 g. Where the pipe reguires additional external support to achieve the specified 5 maximum deflection, the Contractor and pipe supplier will be required to 6 furnish alternate methods for pipe embedment, 7 1) No additional compensation will be made to the Contractor by the Owner g where this method is requi2•ed. 9 h. Trench depths indicated shal] be verified after existing utilities ai�e located. 10 1) Veriical alignment changes required because of existing utility or other 11 conflicts shall be accommodated by an appropriate change in pipe design 12 depth. 13 2) Tn no case shall pipe be installed deeper than its design allows. 14 i. Field fabrication or cutting is not allowed, unless otherwise approved by the 15 City. 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Provisions for Thrust a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 1) Tlu�ust at bends adjacent to casing shall be restrained by welding joints through the casing and a suffcient distance each side of the casing. 2) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. b. Restrained joints shall be used a sufiicient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. c. Restrained joints shall consist of welded joints. d. The length of pipe designed with restrained joints to resist tiv�ust shall be veri�ed by the pipe manufacturer in accordance with AWWA Ml 1 and the following: 1) The weight of the earth (We) shall be calculated as the weight of the projected soil pi•ism above the pipe, for unsaturated soil conditions 2) Soil Density = 110 pounds per cubic foot (maxinnum value to be used), for unsaturated soil conditions 3) Coefficient of Friction = 0,25 (maximum value to be used for polyurethane coated steel pipe). 4) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: L= PA(1—cos�� f �ZWe -f- Wp i- Ww� Where: 47 � = Deflection angle 48 L= Length of pipe to be restrained on each side 49 P = internal pressure 50 A= Cross sectional area of pipe steel cylinder I.D. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 I I 14 - 12 BURIED STEEL PIPE AND FITTINGS Page 12 of 27 We = Weight of prism of soil over the pipe WP = Weight of pipe W�,, = Weight of water f= Coefficient of friction between pipe and soil 5 3. Inside Diameter 6 a. The inside diameter, including the cement-mortar lining, shall be a rninimum of 7 the nominal diameter of the pipe specified, unless otherwise indicated on the g Drawings. 10 11 12 13 14 15 16 17 4. Wall Thickness a, The minimum pipe wall steel thickness shall be as designed, but not less than 0.25 inches or pipe D/240, whichever is greater for pipe and iittings, with no minus tolerance, where D is the nominal inside pipe diameter. b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. c. The minimum steel wall thickness shall also be such that the fiber stress shall notexceed: 1) 50 percent of the minimum yield strength of the steel for working pressure lg and 19 2) 75 percent of the minimum yield strength of the steel at the maximum 20 pressure (including transient pressure), nor the following, at the specified 21 working pressure: 22 Maximum Stress at Pi e T e Workin Pressure Pol rethane Coated Steel 23,000 si Mortar Coated Steel NOT USED 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the nominal pipe diameter. e. Pipe, �ttings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi. 5. Seams a. Except for mill-type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. 1) There shall be not more than 2 longitudinal seams. 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. 6. Joint Length a. Maximum joint length shall not exceed 50 feet. b. Maximum joint length of steel pipe installed in casing shall meet the project requirements. c. Manufactured random segments of pipe will not be permitted for straight runs of pipe. 1) Closing piece segments, however, shall be acceptable. 43 7. Joint Bonds, Insulated Connactions and Flange Gaskets q4 a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance 45 with Section 33 04 10. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECI' # 00951 & 00952 33 11 14 - 13 BURIED STEEL PIPE AND FITTINGS Page 13 of 27 1 8. Bend Fittings 2 a. All bend fittings shall be long radius to permit passage of pipeline pigs. 3 9, Pipe Ends 4 a. Pipe ends shall be; 5 1) Lap welded slip joints 6 2) Butt sh�ap joint 7 3) Flanged joint 8 4) Flexible coupled joint 9 5) Roll groove gasket joint 10 b. Pipe ends shall be welded or harnessed where indicated and as necessary to 11 resist thrust forces. 12 1) Thrust at bends adjacent to casing shall be restrained by welding joints 13 thr•ough the casing and a sufficient distance each side of the casing. 14 c. Rubber Gaslcet Joint 15 1) Rubber gasketed joints (O-ring or Carnegie Joints) will only be allowed for 16 . pipe sizes 54-inch diameter and smaller. 17 2) Joints shall conform to AWWA C200 standard. 18 3) The joints shall consist of: 19 a) Bell 20 (1) Flared bell end formed and sized by forcing the pipe or a plug die 2] or by expanding on segmental dies, 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 � b) Spigot (1) Rolled spigot or carnegie shaped steel joint ring in accordance with AWWA C200 and as shown as Item F or H in Figure 8-1 of the AWWA M11. 4) The welded area of bell and spigot pipe ends shall be checl<ed after forming by the dye penetrant or magnetic particle tnethod. 5) The difference in diameter between the interior diameter (I.D.) of the bell and the outet• diameter (O.D.) of the spigot shoulder at point of full engagement with an allowable deflection shall be no more than 0.04 inches as measured on the circumference with a diameter tape. 6) The gasket shall have suf�cient volume to approximately iill the area of the groove and shall conform to AWWA C200. 7) The joint shall be suitable for the specified test and/or surge pressure and deflection. 8) Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection based upon the supplied pipe coating. 9) Joints shall be electrically continuous. Lap Welded Slip Joint 1) Lap welded slip joint shall be provided in all locations for pipe larger than 24-inches and where joints are welded for thrust restraint. 2) Lap welded slip joints may be welded from the inside or outside. 3) Ends of pipe, fittings and specials for field welded joints shall be prepared with 1 end expanded in order to receive a plain end rnaking a bell and plain end type of joint. a) Clearance between the surfaces of lap joints shall not exceedl/8 inch at any point around the periphery. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 i l 14 - 14 BURIED STEEL PIPE AND F1TTlNGS Page 14 of 27 1 4) In addition to the provisions for a minimum lap of 1'/2 inches as specified in 2 AWWA C200, the depth of bell shall be such as to provide for a minimum 3 distance of 1 inch between the weld and the nearest tangent of the bell � 4 radius when welds are to be located on the inside of tlie pipe. 5 e. Fittings with Flanges 6 1) Flanged joints shall be provided at connections to valves and where 7 indicated on the Drawings. 8 2) Ends to be �tted with slip-on flanges shall have the longitudinal or spiral 9 welds ground flush to accommodate the type of flanges provided. 10 3) Pipe flanges and welding of flanges to steel pipe shall conform to the 11 requirements of AWWA C207 and AWWA C206. 12 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 13 pipe class, 14 S) Flanges shall match the fittings or appurtenances which are to be attached. 15 6) Flanges shall be Class E with 275 psi working pressure in accordance with 16 AWWA C207 and drilled in accordance with ASME B16.1 Class 125 for 17 areas designated with a 225 test pressure. 1 g 7) When Isolation Flanges are required by the Drawings, Drillings shall 19 accommodate the required spacing for mylar sleeves according to Section 20 33 04 10. 21 £ Flexible Couplings 22 1) Flexible couplings shall be provided where specified on the Drawings. 23 2) Ends to be joined by flexible couplings shall be: 24 a) Plain end type, prepared as stipulated in AWWA C200. 25 b) Welds on ends to be joined by couplings shall be ground flush to 2g permit slipping the coupling in at least 1 direction to clear the pipe 2� joint. 2g c) Harness bolts and lugs shall comply with AWWA M11. 29 g. Butt Strap Closure Joints 30 1) Where necessary to make closure to pipe previously laid, closure joints 31 shall be installed using butt strap joints in accordance with AWWA C206 32 and applicable provisions of this Specification. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 10. Polyurethane Coating a. Applicator Qualifications 1) Equipmeni shall be certi�ed by the coating manufacturer to meet the requirements for: a) Material mixing b) Temperature control c) Application rate d) Ratio control for multi-part coatings 2) Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the City. 3) Personne] responsible for the application of the coating system shall: a) Provide certification of attendance at the coating manufacturer's training class within the last 3 years b) Be present during all coating application work and shall have responsibility for controlling all aspects of the coating application b. Surface Preparation CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATrON DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 201 I CITY PROJECT # 00951 & 00952 33 ii ia-is BURIED STEEL PIPE AND FITTINGS Page 15 of 27 1 1) Remove visible oil, grease, dirt and contamination in accordance with 2 SSPC SP l. 3 2) Remove surface imperfections such as metal slivers, burrs, weld splatter, 4 gouges or delaminations in the metal by �ling or grinding prior to abrasive 5 surface preparation. 6 3) In cold weather or when moishire collects on the pipe and the temperature 7 of the pipe is less than 45 degrees F, preheat pipe to a temperature between 8 45 and 90 degrees F and 5 degrees F above dew point, 9 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to 10 produce the surface preparation cleanliness as required by coating 11 manufacturer and as specified. 12 a) Recycled abrasive shall be cleaned of debris and spent abrasive in an 13 air wash separator. 14 5) Blast media mixture and gradation shall be adequate to achieve a sharp 15 angular surface profile as required by coating manufaciurer and to the 16 minimum depth specified, 17 6) Protect prepared pipe from humidity, moisture arid rain. 1 g 7) ICeep pipe clean, dry and free of flash rust. 19 a) Remove all flash rust, imperfections or contamination on cleaned pipe 20 surface by reblasting prior to primer application. 21 8) Complete priming and coating of pipe in a continuous operation the same 22 day as surface preparation. 23 9) Abrasive blast exterior surfaces in accordance with SSPC SP 10/NACE No. 24 2; to a near-white blast cleaning with a minimum 3.0 mil angular proiile in 25 bare steel. 26 c, Equipment 27 1) 2-component, heated airless spray unit in accordance with coating 28 manufacturer's i•ecommendation 29 d. Temperature 30 1) Minimum 5 degrees F above dew point temperature 31 a) The temperature of the surface shall not be less than 60 degrees F 32 during application. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 e. Humidity 1) Heating of pipe surfaces may be required to meet requirements of this Section if relative humidity exceeds 80 percent. f. Resin 1) Do not thin or mix resins; use as received. 2) Store resins at a temperature recommended by the coating manufacturer. g. Application 1) Applicator shall be certified by the coating manufacturer and conform to coating manufacturer's recommendations. a) Thinning is not permitted, 2) Apply directly to pipe to achieve a total dry film thicicness (DFT) of 3 S mils. 3) Multiple-pass, 1 coat application process is permitted provided maa�imum allowable recoat time speci�ed by coating manufacturer is not exceeded. 4) Provide cutbacks in accordance with coating manufacturer's recommendations as appropriate for the type of joint and heat shrink sleeve to be used. h. Recoating CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COt1NCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised luly 1, 2011 CTI'Y PROJECI' # 00951 & 00952 33 11 14- 16 BURIED STEEL PIPE AND FITTINGS Page 16 of 27 1 2 3 4 5 6 7 8 1) Recoat only when coating has cured less than maximum time specified by coating manufacturer. 2) When coating has cured for more than recoat time, brush-blast or thoroughly sand the surface. 3) Blow-off cleaning using clean, d�y, high pressure compressed air. i. Curing 1) Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. 9 2.3 ACCESSORIES [NOT US�D] 10 2.4 SOURCE QUALITY CONTROL 11 12 13 14 15 16 A. Marking for ldentification For each joint of pipe and each fitting, plainly mark on 1 end: a. Class for which it is designated b. Date of manufacturer c. Identification number d. Top centerlines shall be marlced on all specials 17 B. Factory Testing l8 l. Cement Mortar Lining - Shop-applied cement mortar linings shall be tested in 19 accordance with AWWA C205. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Polyurethane Coating - The polyurethane coating shall be tested in accordance with AWWA C222. a, Thickness: Test thickness of coating in accordance with SSPC PA 2. 1) Test coating system applied to the pipe for holidays according to the procedures outlined in NACE SP0188 using a high voltage spark tester (operating at 100 volts per mil), for the dry �lm thickness (DFT) specified of 35 mil. b. Adhesion Testing 1) Polyurethane coatings or linings shali have an adhesion to steel of 1,500 pounds per square inch, minimum. 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and AWWA C222, except as modifed in this Section. 3) Adhesion testing records shall include: a) Pipe identification b) Surface tested (interiox or exterior) c) Surface temperature d) Coating thickness e) Tensile force applied � Mode of failure g) Percentage of substrate failure relative of dolly surface 4) Glue dollies for adhesion testing to the coating surface and allowed to cure for a minimum of 12 hours. a) Because of high cohesive strength, score polyurethane coatings around the dolly prior to conducting the adhesion test. 5) Failure shall be by adhesive and cohesive failure only. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRTCT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20ll CITY PROJECI' # 00951 & 00952 s31i ia - i� BURIED STEEL PIPE AND FITTINGS Page 17 of 27 1 a) Adhesive failure is defined as separation of the coating from the steel 2 substrate. 3 b) Cohesive failure is de�ned as failure within the coating, rasulting in 4 coating remaining both on the steel substrate and dolly. 5 6) Retest pai•tial adhesion and glue failure if the subst��ate failure is less than 6 50 percent relative of the dolly surface area and the applied tension was less 7 than the specified adhesion, 8 7) Glue failures in excess of the minimum required tensile adhesion are 9 accepted as meeting the speci�ed adhesion requirements. 10 8) Conduct, aecept and reject adhesion tests on polyurethane pipe coating and 11 lining independently (where applicable). 12 9) Frequency of adhesion testing in accordance with AWWA C222. 13 10) Randomly select repair patches on the polyurethane coating for adhesion 14 testing in a rnanner as described herein and at the discretion of the coating 15 inspector conducting the adhesion tests. 16 a) Adhesion of repairs shall be as specified by the coating manufacturer 17 for the type of repaii•. 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 C. Manufacturer's Technician for Pipe Installation 1. Pipe Manufacturer's Representative a. If required by the Engineer or requested by the Contractor during construction, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 2) The technician is not required to be on-site full tirne; however, the tech�nician shall be regularly on-site during the first 2 weelcs of pipe laying and thereafter as requested by the Engineer, City or Contractor. 2. Polyurethane Coating Manufacturer's Representative a, The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 3 days at beginning of actual pipe laying operations to advise Contractor and City regarding installation, including but not limited to: 1) Handling and storage 2) Cleaning and inspecting 3) Coating repairs 4) Field applied coating 5) Heat shrink installation procedures 6) Gener•al construction rnethods and how they may affect pipe coating b. Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with Contract Speciiications. 1) Cost for the manufacturer's representatives to return to the site shall be at no additional cost to the City. D. Hydrostatic Pressure Testing l. Perform hydrostatic pressure testing in accordance with AWWA C200. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 11 14 - 18 BURIED STEEL PIPE AND FITTINGS Page 18 of 27 1 2 3 4 5 6 7 8 9 10 11 12 13 14 2. Hydrostatically test each joint of pipe prior to application of lining or coating. a. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. b. Each joint of pipe tested shall be completely watertight undei• maximum test pressure. c. Test pressure shall be held for sufficient time to observe the weld seams. d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 1) The pipe shall be numbered in order that this information can be recorded. 3, Test fittings by: a, Hydrostatic test b. Magnetic particle test c, Ultrasonic d. Radiography e. Dye penetrant test 15 l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 E. City Testing and Inspection l. Pipe may be subject to inspection at the manufacturer's facility by an independent testing laboratory, which laboratory shall be selected and retained by the City. a. Representatives of the City, City's laboratory, or the Engineer shail have access to the work whenever it is in preparation or progress. b. Pipe manufacturer shall provide proper facilities for access and for inspection. c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior to the pipe fabrication so that the City may advise the ananufacturer as to the City's decision regarding tests to be performed by an independent testing laboratory. d. Material, fabricated parts and pipe, which are discovered to be defective, or which do not conform to the requirements of this Specification shall be subject to rejection at any time prior to City's final acceptance of the product. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. a. The pipe manufacturer shall coordinate their manufacturing schedule with the Contractor and advise the Contractor of any changes in the schedule. 33 PART 3 - EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 �XAMINATION [NOT US�D] 36 3.3 PREPARATION [NOT USED] 37 3.4 INSTALLATION 38 A. General 39 1. Install steel pipe, fittings, specials and appurtenances as specified herein, as 40 specified in AWWA Ml 1, in accordance with the pipe manufacturer's 41 recommendations and as required for the proper functioning of the cornpleted pipe 42 line. 43 2. Lay pipe to the lines and grades as indicated in the Drawings. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT' # 00951 & 00952 33 11 14 - 19 BURIED STEEL PIPE AND FITTINGS Page 19 of 27 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 3. Excavate, embed and bacicfill trenches in accordance with Section 33 OS 10. 4. For installation of carrier pipe within casing, see Section 33 OS 24. 5, Inspect and test each joint for holidays just prior to pipe being lowered into the ditch. a. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 6. Place and consolidate embedment and backfill prior to reznoving pipe stulls. 7. Maximum allowable pipe deflection is limited to: a. 2 percent for mortar coated steel pipe b. 3 percent for polyurethane coated steel pipe 8. Tnstall bonds at all pipe joints, except for welded joints or insulated joints. B, Pipe Handling 1. Haul and dish•ibute pipe and �ttings at the project site. 2. Handle pipe with care to avoid damage. a, Pipe shall be handled at all times with sufficient non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. b. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracicing or damage to the lining or coating. c. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. d. The equipment shall be kept in such repair that its continued use is not injurious to the coating. e. Do not lay pipe in wet conditions. 3. At the close of each operating day: a, Keep the pipe clean and free of debris, dirt, aniinals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Line Up at Bends 1. 2. Line up pipe for joining so as to prevent damage thereto. a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. Where abrupt changes in grade and direction occur, employ special shop fabrieated fittings for the purpose. a. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted, D. Pipe Laying 1. Rubber Gasket Joints a. Join rubber gasket joints in accordance with the manufacturer's recommendations. b. Clean bell and spigot of foreign material. c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. d. Engage spigot as far as possible in bell. e. Joint deflection or pull shall not exceed the manufacturer's recommendation. f. Check gasket with feeler gauge all around the pipe. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 11 14 -20 BURTED STEEL PIPE AND FITTINGS Page 20 of 27 1 g. In areas of pen�oleum hydrocarbon soil contamination, install special Neoprene 2 gaskets or approved equal. 3 2. Welded Joints 4 a. Weld joints in accordance with AWWA C206. 5 1) Contractor shall provide adequate ventilation fo7• welders and for City's 6 representative to observe welds. 7 2) Welds shall be full circle fillet weids, unless otherwise speci�ed. 8 3) Welding shall be completed aftei• application of field applied joint coating. 9 b. Adequate provisions for reducing temperature stresses shall be the 10 responsibility of the Contractor. 11 c. After the pipe has been joined and properly aligned and prior to the start of the 12 welding procedure: 13 1) The spigot and bell shall be made essentially concentric by shimming or 14 tacking to obtain clearance tolerance around the periphezy of the joint. 15 2) In no case shall the clearance tolerance be permitted to accumulate. 16 d. Before welding: 17 1) Thoroughly clean pipe ends. 1 g 2) Weld pipe by machine or by the manual shielded electric arc process. 19 3) Welding shall be performed so as not to damage lining or coating. 20 4) Cover the polyurethane coating as necessary to protect fi�om weld splatter. 21 e. Furnish labor, equipment, tools and supplies, including shielded type welding 22 rod. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'7 38 39 40 41 42 43 44 45 46 47 48 49 g• h. .1• k. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. Hand Welding 1) The metal shali be deposited in successive layers. 2) Not more than 1/8 inch of inetal shall be deposited in each pass. 3) Each pass except the final l, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not be permitted. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. 1) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. Welders 1) Use only competent, skilled and qualified workmen. a) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRiiCTION SPECIFICATION DOCUMENTS GROUF' 2A & GROUP 2B Revised July I, 2011 CITY PROJECT' # 00951 & 00952 33 11 14 - 21 BURIED STEEL PIPE AND FITTINGS Page 21 of 27 1 b) After each welder has qualified in the preliminaiy tests referred to 2 above, inspections shall be made of joints in the line. 3 c) Any welder making defective welds shall not be allowed to continue to 4 weld. 5 E. Interior Joint Grouting 6 1. Upon completion of backiilling of the pipe trench, clean out diri or trash which has 7 collected in the joint and moisten the concrete surfaces of the joint space by 8 sp�•aying or brushing with a wet bi�.tsh. 9 2, Fill the inside of the joint recess with a stiff cement mortar. 10 3. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots 11 are required, apply a bonding agent to mortar and steel surface prior to placing j oint 12 mortar. 13 4. Ram oz• pack the stiff mortar into the joint space and take extreme care to ensure 14 that no voids remain in the joint space. 15 5. After the joint has been filled, level the surfaces of the joint mortar with the interior 16 surfaces of the pipe with a steel trowel so that the surface is smooth. 17 6. Interior joints of pipe 24-inch and smaller shall have the bell buttered with mortar, 18 prior to inseY�ting the spigot, such that when the spigot is pushed into position it will 19 extrude surplus mortar from the joint. 20 a. The surplus martar shall be struck off flush with the inside of the pipe by 21 pulling a filled burlap bag or inflated ball through the pipe with a rope. 22 F. Exterior Joint Protection 23 1. Heat Slu•ink Sleeves 24 a. General 25 1) Buried pipe joints shall be field coated after pipe assembly in accordance 26 with AWWA C216, using Heat Shrink Sleeves. 27 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane 28 coating by a minimum of 3 inches. 29 3) Overlapping of 2 or more heat sh�•ink sleeves to achieve the necessary 30 width will not be permitted. 31 b. Tnstallation 32 1) Clean pipa surfaee and adjaeent coating of all mud, oil, grease, rust and 33 other foreign contaminates with a wire brush in accordance with 34 SSPC SP 2, or SSPC SP 3. Remove oil or grease contam.ination by solvent 35 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 36 a) Clean the full circumference of the pipe and a minimum of 6 inches 37 onto the existing coating. 38 2) Remove all loose or damaged pipe coating at joint and either repaii• the 39 coating as specified herein or increase the length of the joint coating, where 40 reasonable and practical. 41 3) Connplete joint bonding of non-welded pipe joints before application of 42 joint coating. 43 4) Joint bonds shall be low profile bonds and all gaps and crevices around the 44 bonds shall be filled with mastic sealant. 45 5) Store sleeves in shipping box until use is required. 46 a) Keep dry and sheltered from exposure to direct sunlight. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20l 1 CITY PROJECT # 00951 & 00952 33 11 14 - 22 BURIED STEEL PIPE AND FITTINGS Page 22 of 27 1 b) Store off the ground or concrete floors and maintain at a temperature 2 betv✓een 60 degrees F and 100 degrees F as recommended by the sleeve 3 manufacturer. 4 6) Metal surface shall be fi•ee of all dirt, dust and flash rusting prior to sleeve S application. 6 7) Preheat pipe unifolmly to 140 degrees F to 160 degrees F or as 7 recommended by the sleeve manufacturer. 8 a) Monitor pipe temperature using a surface temperature gauge, infrared 9 thermometer or color changing crayans. 10 b) Protect preheated pipe fi�om rain, snow, frost or moisture with tenting 11 or shields and do not permit the joint to cool. 12 8) Prime joint with specified primer and fill all cracks, crevices and gaps with 13 mastic filler in accordance with the manufacturer's recommendations for 14 the full circumference of the pipe. 15 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 16 degrees F and while maintaining the pipe temperature above the preheat 17 temperature specified. 18 10) Apply sleeve in accordance with the manufacturer's instructions and center 19 the sleeve over the joint to provide a minimum of 3-inch overlay onto the 20 existing pipe coating. 21 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap 22 around heaters. 23 a) Hold flame a minimum of 6 inches from the sleeve surface. 24 b) Periodically roll the coating on the pipe surface. 25 c) Heat from the center of the sleeve to the outer edge until properly 26 seated, then begin in the opposite direction. 27 d) Monitor sleeve for color change, where appropriate, or with appropriate 28 temperature gauges. 29 e) Take care not to excessively heat the parent coating. 30 12) Completed joint sleeve shall be fully bonded to the pipe and existing 31 coating surface, without voids, mastic beading shall be visible along the full 32 circumference of the sleeve, and thexe shall be no wrinkling or excessive 33 burns on the sleeves. 34 a) Sleeves which do not meet these requirements shall be removed and the 35 joint recoated as directed by the Engineer. __. 36 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 37 13) Allow the sleeve to cool before moving, handling or backfilling. In hot 3g climates, provide shading from direct sunlight. 3g a) Water quenching will be allowed only when permitted by the sleeve 40 manufacturer. 41 G. Protective Welded Joints Coating System — Weld After Backfill 42 1. General 43 a. Application of protective coating at the pipe joints will be as follows: 44 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil 45 polyurethane coating 46 2) A field applied 60 mil by 6 inch wide strip of CANUSA HCO Wrapid Tape 47 heat resistant tape at the location of the welding 48 3) A field applied 110 mil (full recovered thickness) by 18 inch wide 49 CANLJSA AquaWrap high shrink heat shrinkable joint sleeve CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 11 14 - 23 BURIED STEEL PIPE AND FITTINGS Page 23 of 27 1 4) After the heat shrinkable joint sleeve is installed, backfill the trench and 2 then weld the joint. 3 b. The Contractor is responsible for his operations so that they do not damage the 4 factozy applied coating system, 5 c. When applying the 3 layer joint coating system for post welding the joints, the 6 Contractor must show that his operation will not damage the joint coating 7 system to the Engineer's satisfaction, 8 d. The Contractor will be required to fully uncover a maximum of 10 joints, 9 selected at random by the Engineer or City to visually inspect and test the joint 10 after welding. Any damage must be repaired. 11 1) If the Contractor's welding procedure damages the 3 layer joint coating 12 system, the Contractor, at the direction of the Engineer, will be required to 13 modify his welding procedure. 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 ao 41 42 43 44 �IS 46 47 48 2. Joint Coating (3 Layer) a. Apply 3 Layer Joint Coating System before Welding the Joint b, Pipe Manufacturing and Heat Tapa 1) A 35 mil thickness polyurethane coating shall be applied over enti�•e length of pipe. 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of CANLJSA HCO Wrapid Tape heat resistant tape to the exterior bell end of the pipe, centered on the location of the welding, over a 35 mil factoiy applied polyurethane coating. c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Rennove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of pipe joints before application of joint coating. a) Joint bonds shall be low pro�le bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 4} Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees � and 100 degrees F as recommended by the sleeve manufacturer. 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 33 11 14 - 24 BURIED STEEL PIPE AND FITTINGS Page 24 of 27 1 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with 2 mastic filler in accordance with the manufacturer's recommendations for 3 the full circumference of the pipe. 4 8) Apply heai shrink sleeve when it is at a minimum temperature or 60 5 degrees F and while maintaining the pipe temperature above the preheat 6 temperature specified. 7 a) Apply sleeve in accordance with the manufacturer's instructions and 8 center the sleeve over the joint to provide a rninimum of 3-inch overlay 9 onto the existing pipe coating. 10 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap 11 around heaters. 12 a) Hold flame a minimum of 6 inches from the sleeve surface. 13 b) Periodically roll the coating on the pipe surface. 14 c) Heat from the center of the sleeve to the outer edge until properly 15 seated, then begin in the opposite direction. 1� d) Take care nat to excessively heat the parent coating. 17 e} Monitor sleeve for color change, where appropriate, or with appropriate 1 g temperature gauges. 19 10) Completed joint sleeve shall be fully bonded to the pipe and existing 2p coating surface, without voids, mastic beading shall be visible along the full 21 circumference of the sleeve, and there shall be no wrinkling or excessive 22 burns on the sleeves. 23 a) Sleeves which do not meet these requirements shall be removed and the 24 joint recoated as directed by the Engineer. 25 b) Minor repairs may be repaired using heat shrink sleeva repair kits. 26 11) Allow the sleeve to cool before moving, handling or backfilling. 2� a) In hot climates, provide shading from direct sunlight. 2g b) Water quenching will be allowed only when permitted by the sleeve 29 manufacturer. 30 12) Holiday testing shall be performed using a high voltage holiday tester 31 (operating at 100 volts per mil) at each joint after field application of heat 32 shrinkable joint sleeve per SP4188. 33 a) If any holidays or cuts are detected, the sleeve shall be repaired using 34 the heat shrink sleeve manufacturer's recommendation. 3S b) The damaged area shall be covered with a minimum of 50-mm overlap 36 around the damaged area. 37 38 39 40 H. Protection of Buried Metal 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with factory or field-applied polyurethane coatings or heat shrink sleeves, with 2 wraps of wax tape and encase in flowable �11. 41 3.5 ItEPAII2 42 A. Repair and Field Touchup of Polyurethane Coating 43 1. For repair and iield touch-up of polyurethane coating, apply: 44 a. Madison GP II (E) Touchup Polyurethane Coating 45 b. Lifelast Durasheild 210, 310 or 310 JARS q6 c. ITW — Futura Coatings Protec II, or 47 d. Coating manufacturer's recommendation 48 2. Holidays CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 33 11 14 - 25 BURIED STEEL PIPE AND FITTINGS Page 25 of 27 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 a. Remove all traces of oil, grease, dust, dirt and other debris. b, Roughen area to be patched by sanding with rough grade sandpaper (40 grit). c. Apply a 35 mil coat of repair material descl�ibed above. d. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. e. Retest for Holiday, 3, Field Cuts or Large Damage a, If in the opinion of the City the polyurethane coating is excessively damaged, the pipe segment will be rejected until the coating system is removed and replaced so that the system is in a like-new condition. b. Remove burrs from �eld cut ends or handling damage and smooth out edge of polyurethane coating. c. Remove all traces of oil, grease, dust, dirt and other debris. d. Roughen area to be patched with rough grade sandpaper (40 grit), e. Feathez• edges and include overlap af 2 inches of roughened polyurethane in area to be patched, f. Apply a 35 mil coat of repair material described above, in accordance with manufacturer's recomrnendations. g, Work repair material into scratched surface by brushing. h. Feather edges of repair rnaterial into prepared surface. i. Covet• at least 1 inch of roughed area surrounding damage or adjacent to field cut. j. Test repairs for holidays. B. Patch of Cement Mortar Lining 1. Repair cracks larger than 1/16 inch. 2. Pipes with disbonded linings will be rejected. 3. Excessive patching of lining shall not be permitted. 4. Repair in accordance with AWWA C205 and as follows: a. Apply bonding agent to patch area. b. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12 inches. c. In general, there shall be not more than 1 patch in ihe lining of any joint of pipe. 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 6. Do not install patched pipe until the patch has been properly and adequately cured, unless approved by the City. 37 3.6 RE-INSTALLATION [NOT USED] 38 3.7 FIELD QUALITY CONTROL 39 40 41 42 43 44 45 46 A. Field Tests and �nspections 1. Quality Control of Field Applied Polyurethane Coating a. Surface Preparation 1) Visually inspect surface preparation to ensure cleanliness and dryness requirements have been nnet. 2) Use Testex tape on at ]east 1 joint per day to ensure that adequate profile is being achieved. b. Visual CITX OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CTTY PROJECT # 00951 & 00952 33 11 14 - 26 BURIED STEEL PIPE AND FITTINGS Page 26 of 27 1 1) Visually inspect cured coating to ensure that the coating is completely 2 cured with no blisters, cracks, pinholes, missed areas, excessive roughness, 3 "sticicy" or "gooey" areas. 4 2) Checl< to ensure that the coating completely covers the steel and existing 5 coating. 6 c. Thickness 7 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure 8 adequate thickness has been achieved according to SSPC PA 2. 9 a) If the thickness of the coating is below the minimum speci�ed millage 10 anywhere along the length of the pipe, then adjustments must be made 11 to the spray system to correct the problem. 12 2) At a minimum, the thickness shall be measured for every SO square feet of 13 sprayed area. 14 d, Adhesion 15 � 1) Perfol•m the following procedure on a minimum of 1 joint per day: 16 a) Select area to test that has cured for at least 1 hour for fast setting 17 coatings. 18 b) Test and repair in accordance with AWWA C222 Dolly Pull-off Test. 19 e. Holiday Testing 20 1) Holiday testing shall be performed using a high voltage holiday tester at 21 each joint no sooner than 1 hour after field application of polyurethane 22 coating. 23 £ Inspection at Welding Joints 24 1) When applying the 3 layer joint coating system for post welding the joints, 25 the Contractor must show that his operation will not damage the joint 26 coating system to the Engineer's satisfaciion. 27 2) The Contractor will be required to fully uncover a maxitnum of 10 joints, 28 selected at random by the Engineer or City to visually inspect and test the 29 joint after welding. 30 3) Any damage must be repaired. 31 4) If the Contractor's welding procedure damages the 3 layer joint coating 32 systern, the Contractor, at the direction of the Engineer, will be required to 33 modify his welding procedure. 34 2. Weld Testing 35 a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in 36 accordance with AWWA C206 and set forth in AWS D.l.l, shall be performed 37 by the Contractor under the supervision and inspection of the Ciiy's 38 Representative or an independent testing laboratory, on all full welded joints. 39 1) Welds that are defective will be replaced or repaired, whichever is deemed 40 necessary by the Engineer, at the Contractor's expense. 41 2) If the Contractor disagrees with the Engineer's interpretation of welding 42 tests, test sections may be cut from the joint for physical testing. The 43 Contractor shall bear the expense of repairing the joint, regardless of the 44 results of physical testing. 45 3) The procedure for repairing the joint shall be approved by the Engineer 46 before proceeding. 47 3. Deflection Testing 48 a, Prior to hydrostatic testing, the City's inspector shall perform deflection testing 49 at a minimum rate of 1 measurennent for every 2,500 linear feet of water line. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COtTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 11 14 - 27 BURIED STEEL PIPE AND FITTINGS Page 27 of 27 1 2 3 4 5 6 7 8 9 10 11 3.8 3.14 ATTACHMENTS [NOT USED] 12 3.9 ADJUSTING [NOT USED] 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 18 19 b. City may reject any areas not meeting the deflection requirements of this Speci�cation. 4. Cleaning and Testing a. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: 1) Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the water main as specified in Section 33 04 40. 5. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in accoz•dance with Section 33 Ol 31. SYSTEM STARTUP [NOT USEDJ END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 20 0 C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331210-1 WATER SERVICES I-INCH TO 2-INCH Page 1 of l3 1 2 3 PART1- G�NERAL 4 1.1 SUMMARY 5 6 7 8 9 10 I1 12 13 14 15 16 SECTION 33 12 10 WATER SERVICES 1-1NCH TO 2-INCH A. Section Includes: 1. 1-inch to 2-inch water service lines from the water main to the right-of-way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes 17 D. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1— General Requirements 20 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 21 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 22 5. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each New Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "New Water Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as speci�ied by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop S) Curb stop 6) Fittings CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COtTNCTL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201I CITY PROJECT # 00951 & 00952 33 12 10 - 2 WATER SERVICES 1-INCtI T02-INCH Page 2 of 13 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4] 42 43 44 45 46 47 48 49 7 3. 7) Service line installed by open cut 8) Connection to meter 9) Connection to existing service 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Disinfection l6) Testing New Water Seivice, Bored a, Measurement 1) Measurement for this Item shall be per each New Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the setvice line is installed by trenchless method. b. Payment 1) The work performed and materials fuinished in accordance with this Item will be paid for at the unit price bid per each "New Water Service, Bored" installed for: a) Various sizes c. The price bid shall include; 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Connection to existing sei•vice 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Clean-up 14) Disinfection 15) Testing Water Meter Service Relocate a. Measurement 1) Measurement for this Item sha11 be per each Water Meter Service Relocate complete in place from public service line connection to private service line connection. b. Payment 1) The work pei�formed in conjunction with relocation of the meter, associated service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service Relocate" installed for: a) Various size of services c. The price bid shall include: CITY OF FORT WORTH 2O07 CRITICAL CAPiTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Jaly 1, 2011 CITY PROJECT # 00951 & 00952 33 12 ]0 - 3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 1) Service line 2) Fittings 3) Connection to service line 4) Pavement removal S) Excavation 6) Hauling 7) Disposal of excess material 8) Ciean-up 9) Cleaning Private Service a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing setwice line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Service" installed for: a) Various sizes of service c. The price bid shall include: 1) Submitting product data 2) Private Service line 3) Fittings 4) Connection to existing private service line 5) Pavement removal 6) Excavation 7) Haaling 8) Disposal of excess material 9) Clean-up 10) Cleaning 11) Disinfection 12) Testing 36 1.3 REFERENCES 3'1 38 39 40 41 42 43 a4 45 46 47 48 4. 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. A. De�nitions 3. Meter Service Relocate CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20] I CITY PROJECT � 00951 & 00952 33 12 10 - 4 WATER SEI2VICES 1-INCH TO 2-1NCH Page 4 of l3 1 2 3 4 5 6 7 8 9 10 11 12 ]3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 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 a. iZelocation and reconnection of private service line on private propei•ty where the existing metei• to be abandoned and the new meter� installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest t•evision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Intet•national (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 Speci�cation 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 Conci•ete, h. D883, Standard Terminology Relating to Plastics. 3. American Water Works Association (AWWA): a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 29 1.4 ADMINISTRA.TIVE 1tEQUIR�MENTS 30 A. Scheduling 31 1. Provide advance notice for service interruptions and meet requirements of Division 32 0 and Division 1. 33 1.5 SUBMITTALS 34 A. Submittals shall ba in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the Engineer or the City prior to delivery. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Product Data, if applicable: 38 1. Tapping Saddle 39 2. Corporation stop 40 3. Curb Stop 41 4. Service Line 42 5. Meter Box 43 6. Meter Box Lid CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 331210-5 WATER SERV[CES i-INCH TO 2-INCH 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, Quali�cations 5 1. Manufacturers 6 a. Water Services shall meet or exceed the latest revisions of AWWA C800 and 7 shall meet or exceed the requirements of this Speci�cation. 8 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 Ol 66 00. 9 10 11 12 13 14 15 16 17 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] m 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED PRODUCTS 23 A. Water meters for various sizes 24 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 25 26 27 28 29 30 31 32 33 34 35 36 37 A :. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section Ol 25 00. 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. Description 1. Regulatory Requirements a. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. CPI'Y OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC"f # 00951 & 00952 33 12 10 - 6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 b, All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 1. Service Lines a, Provide Type K Copper Tubing per ASTM B88. b. Furnish in the 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. 3. Corporation stops a, Provide brass castings pes• AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b, Machining and Finishing of Surfaces 1) Provide 1 3/a inch per• foot or 0.1458 inch per inch � 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at 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%2 -inch and 2-inch corporation stops 4. Curb Stops a, Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for fu11360 degree plug rotation clockwise or counter-clockwise. e. Overall Length CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 12 10 - 7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 13 1 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2 2) 4-1/32 inch + 9.32 for 1-inch diameter 3 f, Cylindrical Plug Type 4 1) Provide O-ring seal at top and bottom. 5 a) O-ring at top only is acceptable if bottom of cur•b stop body is closed. 6 2) Seals shall be Buna N. 7 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to 8 effectively seal in the closed position. 9 4) The port in the plug shall provide a straight through, full size flow way, so 10 shaped as to eliminate turbulence. 11 5) All waterways shall be smooth and free of bun•s or rough a��eas. 12 6) Design the curb stop to provide ease and accuracy of operation and positive 13 shut�off of watei•. 14 g. Tapered Plug Type 15 1) Provide O-ring seal at top and bottom. 16 2) The tapered plug and cylindrical recess in the valve body shall be machined 17 to match within approved manufacturing tolerances. 18 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- 19 shaped seal rings backed with O-rings. 20 4) The port in the plug shall provide a straight through, full size flow way, so 21 shaped as to eliminate turbulence. 22 5) All waterways shall be smooth and free of burrs or rough areas. 23 6) Design the curb stop to provide ease and accuracy of operation and positive 24 shut-off of water. 25 h. Ball Plug Type 26 1) Provide double O-ring seals on the stem. 27 2) The bal] shall seal against rubber rings mounted in the valve body at the 28 inlet and out(et ports. 24 3) The ball shall be bronze with a smooth Teflon coating. 30 4) The port in the plug shall provide a straight through, full size flow way, so 31 shaped as to eliminate turbulence. 32 5) All waterways shall be smooth and free of burrs or rough areas. 33 34 35 36 37 38 39 40 41 42 43 44 45 5. Straight Adapters a. Brass castings and threads per AWWA C800 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of ineter nut. e. Machine inside and outside of tailpiece. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 46 9. Service Saddles 47 a. Castings 48 1) Brass orNylon coated ductile iron castings per AWWA C800 49 2) Free of porosity with sharp edges removed CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 12 10 - 8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 13 3) Fit contour' of pipe as follows: 2 Minimum Outside Maximum Outside Nominal Pipe Size Diameter of Pipe Diameter of Pipe inches incl�es (inches) 1.50 1.900 2.000 2.00 2375 2.500 2.25 2.875 3.000 4.00 4.900 5.000 6.00 6.900 7.100 8.00 9.050 9.300 10.00 11,100 11,400 3 4 5 6 7 8 9 10 11 12 ]3 14 15 16 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 5) Outlet a) Design outlet boss for no thread distortion by bending moments, b) Tapped for taper threaded corporation stop confo�ming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) For•m flat to fit uniformly against the wall of the water main, 3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side, 4) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that'/2 inch remains after clamp is fully tightened on the pipe. 5) Chamfer strap ends to protect the starting threads, 6) The threads shall be full and fi•ee from shear. 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. 8) Single straps are allowed for Saddles for pipe 2-inches in diameter and smaller. c. Nuts 1) Bronze matei•ial a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a, For 1'/z-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in flange gasket surface. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 20l 1 CITY PROJECT # 00951 & 00952 33 12 10 - 9 WATER SERVICES 1-TNCH TO 2-INCH Page 9 of 13 1 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled 2 circular about the axis of the flange. 3 5) The size of the outlet flange and the diameter and spacing of the bolt holes 4 shall conform to AWWA C700. 5 6) The flange on 2-inch angle valves shall be double drilled to permit 6 connection to 1 Ih -inch meters. 7 7) The inlet port of the valve shall be tapered to conform to AWWA C800 8 taper pipe thread. 9 8) The key cap shall include a wrenching tee marked with a raised or recessed 10 arrow to show whether the valve is open oi• closed. 11 9) Valve Assembly (main body, key, key cap) 12 a) B2•ass material per AWWA C800 13 b) O-ring seal on the top of the key between the key and body seat 14 c) Key cap shall complete the assembly by attaching to the key by means 15 of a strong bronze pin with phosphor bronze spring washer(s) 16 depressed between the key cap and the top of the valve main body. 17 d) Provide wiih padlock wings for locking the valve in the closed position. 18 e) There shall ba a uniform application of cold water valve grease 19 between the body and the key. 20 � The valve shall be capable of being easily opened and stopping lugs. 21 g) The waterway through the valve shall be smooth and rounded for 22 minimum pt�essure loss, and shall be free of burrs or fins. 23 h) The valve shall be strong, well designed, neat in appearance, water- 24 tight and entirely adequate for the intended purpose. 25 i) Provide with either a high quality rubber drop-in gasket or an O-ring 26 seal depending on the manufacturer's flange seal surface design choice. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 1 l. Meter Boxes shall: a. Be constructed of: 1) Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D883, as follows: a) Not allowed to be located within driveways b) Minimum wall thickness of 0.500 inches c) Black exterior to provide UV protection d) Exterior free from seams or parting lines e) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. b. c. d. e, 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 Be able to withstand a minimum 15,000 pounds vertical load Withstand a minimum 400 pounds sidewall load. Class A Standard Meter Box 1) For use with services utilizing 5/8-inch x 3/a-inch,'/a-inch or 1-inch meter 2) Size a) 11-inch x 18-inch Box, 12 inches high Class B Standard Meter Box 1) For use with services utilizing 1-1/2-inch or 2-inch meter CITY OF FORT WORTH 2O07 CRITICAL CAPCTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Ju(y 1, 201 I CITY PROJECT t{ 00951 & 00952 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH Page ] 0 of 13 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 2) Size a) 15.25-inch x 27-inch Box, 12 inches high £ Class C Standard Meter Box 1) For use with services utilizing two 5/&inch x 3/4-inch or 3/4-inch meters 2) Size a) 18-inch x 16-inch Box, 12 inches high 12. Meter Box Lid a. Cast Iron or Ductile Iron 1) Per ASTM A48, Class 30B or ductile iron per ASTM A536 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat 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 fi�om strength defects and distortions. 4) Dimensions shall be within industry standar•ds of�l/16 inch per foot. 5) Ali castings will bear• the Manufactu�•er's IS (name or logo) and Country of Origin. 6) Casting weights may vary �5 percent fi•om drawing weight per industry standards, b. Plastic 1) Plastic meter lids not allowed to be installed within driveways. 2) The lid shall: a) Be modified polyethylene material with ultraviolet protection b) Seat securely and evenly inside the Meter Box and shall not overlap the top edge of the Meter Box c) Have a grid pattern for skid resistance d) Be solid through and rated for traffic loads e) Include'/�-inch rebar segments which can be utilized for location purposes 13, Horizontal Check Valve a. Equip 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. 14, Service Marker a. 3 inch wide, 5 mil blue vinyl tape 36 2.3 ACCESSORIES [NOT USED] 37 2.4 SOURCE QUALITY CONTROL 38 39 40 41 42 43 44 45 46 A. Tests and Inspections 1. At the City's option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Speciiications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 201 I CITY PROJECT # 00951 & 00952 33 12 10 - 1 I WATEK SEKVICES 1-INCH TO 2-INCH Page I 1 of l3 1 c. These tests will be the basis of acceptance or rejection of the remainder of the 2 shipment by the City. 3 3. The City reserves the right to select products at random for testing. The failure of 4 materials to conform to the applicable Specification may result in the rejection of 5 the entire shipment. 6 B. Marking 7 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon 8 showing: 9 a. Manufacturer's name 10 b. Type 11 c. Size of Pipe 12 PART 3 - EX�CUTION 13 3.1 INSTALLERS 14 A. A licensed plumber is required for installations on the outlet side of the service meter. 15 3.2 EXAMINATION [NOT USED] 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General l. 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/n-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 OS 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July ], 2011 CITY PROJECI' # 0�951 & 00952 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page ]2 of 13 b. Effectively sealthe open end ofthe pipe using a gasketed night cap. 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 C. Se�vice Line Installation Service Taps a, Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specifled size as indicated on the Drawings, or as specified by fhe Engineer. c. Perfoi�rn 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 tlu�eaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with nylon sleeved insei�ts for up to 2-inch. (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps, 2) Other pipe materials a) Bronze sei�vice clamp with a sealed, threaded port tlu•ough which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) 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. 29 2. Installation of Water Services 30 a, Install tap and Service Line in accordance with City Details. 31 b. Install meter box in accordance with City Details. 32 1) Adjustment of the Service Line to praper meter placement height shall be 33 considered as part of the Meter Box installation. 34 3. Trenching 35 a. Provide a trench width sufiiciently wide to allow for 2 inches of granular 36 embedment on either side of the Service Line. 37 4. Bored Services 38 a. Services shall be bored utilizing a pilot hole having a diameter'/Z inch to 3/a 39 inches larger than the Service Line. 40 5. Arrangement 41 a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and 42 other associate appurtenances as shown in the City Detail, and to the approval 43 of the Engineer. 44 6. Seivice Marker 45 a. When Meter Box is not installed immediately subsequent to service installation: 46 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the 47 service and extending through the backfll approximately 6 inches above 48 ground at the Meter Box location. � CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROiJP 2B Revised July 1, 2011 CITY PROJECT # 0095I & 00952 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 3.5 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD [ox] SITE QUALITY CONTROL 19 20 21 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 back�ill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open coiporation stop prior to backfill. D. Removal of Existing Water Meters l, Remove, tag and collect existing Water Service rneter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Seivice in the proposed location and receipt of a meter from the City inspector, install the meter. 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City, 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. REPAIR / RESTORATION [NOT USED] A. Field Tests and Inspections l. 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. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING (NOT US�D] 24 25 26 27 28 29 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 8 1 2 SECTION 33 12 20 RESII.,IENT 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 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specifcation Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1— General Requirements 14 3. 33 11 10 — Ductile Iron Pipe 15 1,2 PRICE AND PAYMENT PROCEDURES 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment l. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Gate Valve" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing Gate Valves with connections as specified in the Drawings b. Valve box c. Extension d. Valve vault and appurtenances (for 16-inch and larger gate valves) e. Polyethylene encasement f. Pavement removal g. Excavation h. Hauling i. Disposal of excess material j. Furnishing, placement and compaction of embedment k. Furnishing, placement and compaction of backfill 1. Clean-up m. Cleaning n. Disinfection o. Testing CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT N 00951 & 00952 33 12 20 - 2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 8 1.3 REFEIt�NC�S 2 A. Abbreviations and Acronyms 3 1. NRS — Non Rising Stem 4 2. OS&Y — Outside Sc�•ew and Yol<e 5 6 7 8 9 10 ]l 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 B. Reference Standards 2, 3. 4 Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited, American Association of State Highway and Transportation Officials (AASHTO). American Society of Mechanical Engineers (ASME): a, B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250), 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 Speciiication for Ductile Iron Castings. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. £ B633, Standard Specifcation for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): a, C509, Resilient-Seated Gate Valves for Water Supply Service. b. CS 15, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. c, C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile-Tron Pipe Systems. b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. c. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 36 1.4 ADMINISTRATIVE REQUIR�MENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section Ol 33 00. 39 B. All submittals shall be approved by the Engineer or the City prior to delivery. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Product Data C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331220-3 RES[LIENT SEATED (WEDGE) GATE VALVE Yage 3 of 8 1 2 3 4 5 Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system supplied, including: a. Dimensions, weights, material list, and detailed drawings b. Joint type c. Maximum torque recommended by the manufacturer for the valve size 6 2. Polyethylene encasement and tape 7 a. Whether the film is linear low density ox• high density cross linked polyethylene 8 b. The thickness of the film provided 9 3. Thrust Restraint, if required by contract Documents 10 a. Retainer glands 11 b. Tluust harnesses 12 c. Any other means 13 14 15 16 17 18 19 20 4. Bolts and nuts for mechanical and flange joints 5. Instructions for field repair of fusion bonded epoxy coating 6. Gaskets B. Certificates 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet the provisions of this Section, each valve meets Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C509 or AWWA C515. 21 2. Furnish a certi�cate stating that buried bolts and nuts conform to ASTM B 117. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT US�D] 24 1.9 QUALITY ASSURANC� 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 A. Qualifications 1. Manufacturers a. Valves 16-inch and larger shall be the product of 1 manufacturer for each project, 1) Change orders, specials and feld changes may be provided by a different manufacturer upon City approval. b. For valves less than 16-inch, valves of each size shall be the product of 1 manufacturer, unless approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. c. Valves shall meet or exceed AWWA C509 or AWWA C515. d. Resilient Seated Gate Valves shall be new and the product of a manufacturer regularly engaged in the manufacturing of Resilient Seated Gate Valves having similar service and size. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COtTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROCJP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 12 20 - 4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 l. Pr•otect all parts so that no damage or deterioration will occur during a prolonged delay fi•om the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect �nished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items fi•om being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section Ol 66 00. l.l l FI�LD [SIT�] CONDITIONS [NOT USED] 1.12 WAItRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER-FITRNISH�D [ou] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 EQUII'MENT, PRODUCT TYPES AND MA.TERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufactui•er must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Desct•iption 1. Regulato�y Requirements a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and shall meet or exceed the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI Cl 15/A21.1 S. c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI Clll/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 331220-5 RESILIENT SEA"CED (WEDGE) GATE VALVE Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2 � n � e. Buried valves: Pt•ovide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement, Furnish in accordance with Section 33 11 10. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b, The wedge (gate) fo�• all valve sizes shall be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. Gate Valve Bolts and Nuts a. Bonnet, Stu�ng Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service (4-inch through 12-inch valves) b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non-buried seivice} Bolts and Nuts a. Mechanical Joints 1) High strength coi7•osion restraint low-carbon weathering steel in accordance with AWWA/ANSI C111/A21.1 l, and ASTM A242. 2) Cor-Blue coated with FluoroKote #1, or equal a) Coating shall confonn to the performance requirements of ASTM B 117 for up to 4000 hours and shall include, if required, a certificate of confoi7nance, b. Flanged Ends 1) Meet requirements of AWWA C509 and C515. 2) For buried and non-buried applications, provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts, 3) Spray bolts and nuts with anti-seize compound. 5. Joints a. Valves: flanged, or mechanical joint or any combination of these as specifed on the Drawings or in the project Specifcations 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 cylinder pipe a) Use flange joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints unless otherwise specified in the Contract Documents. 6. Operating Nuts a. Supply for buried service valves b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high c. Cast an arrow showing the direction of opening with the word "OPEN" on the operating nut base. d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) direction. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROi7P 2A & GROIJP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 8 1 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 2 from transferring torque to that shaft or the gear box that exceeds the 3 manufacturer's recommended torque. 4 £ Furnish handwheel operators for non-buried seiwice, 5 7. Gearing 6 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 7 b. Bevel gears for horizontally mounted valves are not allowed. 8 c. The spur gear shall be designed and supplied by the manufacturer of the valve 9 as an integral part of the gate valve. 10 8. Gaskets 11 a. All rubber joint gaskets utilized on valves shall be in conformance with 12 AWWA/ANSI C111/A21,11. 13 b. Flanged Gaskets 14 1) Full face 15 2) Manufactured n�ue to shape from approved synthetic rubber stock of a 16 thickness not less than 1/16 inch 17 3) Virgin stocic and confor�ning to the physical and test requirements speci�ed 1g in AWWA/ANSI C111/A21.11 19 4) Finished gaslcets shall have holes punched by the manufacturer and shall 2p match the flange pattern in every respect. 21 5) Frayed cut edges ��esulting from job site gasket fabrication are not 22 acceptable. 23 6) Furnish Viton� Rubber gaskets hydrocarbon restraint gaskets, where 24 required. 25 2.3 ACC�SSORIES 26 A. All gate valves shall have the following accessories provided as part of the gate valve 27 installation: 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 l. 2 3. A keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operatiing nut on the gate valve is 3 feet or more beneath the surface of the ground. Extension Stems are: a. Not required on City stock orders b. Not to be bolted or attached to the valve-operating nut c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting loosely enough to allow deflection Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in sufficient quantity for assembly of each joint. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve boxes and covers a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5'/4-inch shafts, screw type, consisting of a top section and a bottom section. b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List in attached in Section O1 60 00. c. Valve box covers shall be so designed that they can be easily removed to provide access to valve operating nut. d. Valve box covers must be designed to stay in position and resist damage under AASHTO HS 20 traffic loads. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 12 20 - 7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 8 1 e. Each covey shall be casted with the word "WATER" in raised letters on the 2 upper sui-face, 3 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 40. 4 g. Box extension material sliall be AWWA C900 PVC or ductile iron. 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - �XECUTION 7 3.1 INSTALL�RS [NOT USED] 8 3.2 �XAMINATION [NOT US�D] 9 3.3 PR�PARATION [NOT USED] 10 3.4 INSTALLATION 11 12 13 14 15 16 3.5 A. General 1. All valves shall be installed in vertical position when utilized in normal pipeline installation. 2. Valves shall be placed at line and grade as indicated on the Drawings. 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. REPAIR/RESTORATION (NOT USED] 17 3.6 RE-INSTALLATION (NOT USED] 18 3.7 FIELD (oR] SIT� QUALITY CONTROL 19 20 21 22 23 24 25 26 27 28 29 A. Field Inspections 1. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to operate the valve. 2. The Operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve fi•om a fully closed to fully opened position. 3. If access and operation of the valve meet the City's criteria, then the valve will be accepted asinstalled. B, Non-Conforming Work 1. If access and operation of the valve does not meet the City's criteria, remedy the situation until the valve meets the City's criteria. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised Juty i, 2011 CITY PROJECT # 00951 & 00952 33 12 20 - 8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 8 1 2 3 4 5 6 7 8 9 � 3.8 SYST�M STARTUP [NOT USEDJ 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANC� [NOT US�D] 3.14 ATTACHM�NTS [NOT US�D] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 12 21 - 1 AW WA Rubber-Seated Butterfly Valves Page 1 of 10 1 2 3 4 5 6 7 8 SECTION 33 12 21 AWWA RUBBER-SEATED BUTTERFLY VALVES PART 1 - GENPRA.L 1.1 SUMMARY A, Section Includes: l. AWWA Rubber-Seated Butterfly Valves 42-inch through 72-inch for transmission, distribution system and plant applications (buried or above ground installation) as specified herein and shown on the Drawings 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 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1-- General Requirements 3. Section 33 04 10 — Joint Bonding and Electrical Isolation 4. Section 33 OS 16 — Precast Concrete Vaults 5. Section 03 30 00 — Cast-In-Place Concrete 1.2 PRTCE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "AWWA Butterfly Valve" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing AW WA Butterfly Valves as specified in the Drawings b. AWWA Butterfly Valve vault and appurtenances (if required) c. Pavement removal d, Excavation e. Hauling £ Disposal of excess material g. Furnishing, placing and compaction of embedment h. Furnishing, placing and compaction of backfill i. Clean-up j. Cleaning k. Disinfection 1. Testing CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION pOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 33 12 21 - 2 AWWA Rubber-Seated Buttertly Valves Page 2 of 10 1 1.3 uEr�cxxErrc�s 2 3 4 5 6 7 8 A. Reference Standards 1. 2. a. 3. a. b. c. d, 4. a. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. American Society of Mechanical Engineers (ASME): B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). ASTM Inteinational (ASTM): A36, Standard Specification for Carbon Structural Steel. A242, Standard Specification for High-Strength Low-Alloy Structural Steel, A536, Standard Specification for Ductile Iron Castings. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. American Water Works Association/American National Standards Institute (AW WA/ANSI): Cl 11/A21.11, Rubber-Gaslcet Joints for Ductile-Iron Pressure Pipe and Fittings. 9 10 li 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 5. American Water Works Association (AWWA): a. C504, Rubber-Seated Butterfly Valves. b. CSSO, Protective Interior Coatings for Valves and Hydrants. 6. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 7. Society for Protective Coaiings/NACE International (SSPClNACE): a. SP 10/NACE No. 2, Near-White Blast Cleaning. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. B. All submittals shall be appz•oved by the Engineer or the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data l. Rubber-Seated Butterfly Valves stating: a. Material b. Valve and Actuator Coating System c. Working pressure rating d. Test pressure rating e. Valve classification £ Valve Seat Type and bonding method to disc or body g. Valve-port diarneter h. Valve Torque required i. Actuator Type and maximunn torque j. Total net assembled weight lc. Valve operator and extension sterns l. Opening direction CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITX PROJECT # 00951 & 00952 33 12 21 - 3 AW WA Rubber-Seated Butterfly Vulves Page 3 of 10 1 2. Confizm valve seat type for specific project application with the City prior to 2 ordering Rubber-Seated Butterfly Valve. 3 B. Shop Drawings 4 1. For below grade applications: 5 a. Concrete vault and appurtenances in accordance with shop drawing 6 requirements set forth in Section 03 30 00 or Section 33 OS 16. C. Certifications 7 8 9 10 11 12 13 1. Furnish an affidavit certifying that all AWWA Rubber-Seated Butterfly Valves meet the provisions of this Speci�cation and have been hydrostatically tested at the factoiy and meet the reguirements of AWWA C504. 2. Furnish an affidavit certifying that ihe coating for all AWWA Rubber-Seated Butterfly Valves meets the provisions of this Specification and meets the requirements of A�VWA C504. 1.7 CLOS�OUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MAT�RIAL SUBMITTALS IS A. Operation and Maintenance Manual 16 17 1. Furnish Operation and Maintenance Manual in accordance with Division 1. 18 1.9 QUALITY ASSURANCE A. Qualifications l. Manufacturers 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 a. Rubber-Seated Butterfly Valves and manual actuators of the same size shall be the product of 1 manufacturer for each project. 1) Change orders, specials and �eld changes may be provided by a different manufacturer upon City approval. b. Rubber-Seated Butterfly Valves shall be in conformance with AWWA C504. 2. The AWWA Rubber-Seated Butterfly Valve shall be the product of a manufacturer regularly engaged in the manufacturing of AWWA Rubber-Seated Butterfly Valves having similar service and size. 3. Unit Responsibility a. All equipment specified under this Section is to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all unit components including, but not limited to, the valve, actuator and extension stems. b. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested and installed by factory- authorized representatives experienced in the design and manufacture of the equipment. 1) This includes, but is not limited to, coordination of the torque required to properly operate the valve. 2) This does not relieve the Contractor of the overall responsibility for this portion of the work. 42 1.10 DELIVERY, STORAGE, AND �IANDLING 43 A. Storage and Handling Requirements CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 12 21 - 4 AWWA RubUer-Seated Butterfly Valves Page 4 of 10 1 2 3 4 5 6 7 8 9 10 11 12 l. 2. 3. 4. 5. 6. 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 equiprnent are ready for operation. Protect all equipment and parts against any darnage during a prolonged period at the site. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. Protect finished ir•on or steel surfaces not painted to prevent rust and corrosion. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. Secure and maintain a location to store the material in accordance with Section O 1 66 00. 13 14 1.11 FIELD [SITE] CONDITIONS (NOT USED] 1.12 WAItRANTY 15 A. Manufacturer Warranty 16 1. Manufacturer's Warranty shall be in accordance with Division l. 17 l8 19 20 21 22 23 24 25 26 27 28 24 30 31 32 33 34 35 36 37 38 39 40 41 PART 2 - PRODUCTS 2.1 OWNER-FYIIZNIS�D (ox] OWNER-SUPPLIED PRODUCTS [NOT US�D] 2.2 EQUII'MENT, PRODUCT TYPES, AND MATERTALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related sections. 2. Any product that is not listed on the Standard Product List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Description 1. Regulatory Requirements a. AWWA Rubber-Seated Butterfly Valves shall be new and meet or exceed the latest revisions of AW WA C504 and shall meet or exceed the requirements of this Specification. b. All AWWA Rubber-Seated Butterfly Valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials l. Valve Body a. Valve bodies shall be of ductile iron per ASTM A536 Grade 65-45-12 or fabricated steel ASTM A36. b. Valve bodies shall be short body type. 2. Joints a. Flange end valves shall be: 1) Class 125 Standard flanged ends faced 2) Drilled per ASME B 16.1 standard for cast iron flanges CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 12 21 - 5 AW WA Rubber-Seated Butterfly Vaives Page S of 10 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3. a. 4. a. b. 3) Flanges shall be designed for the test pressure of the valve. b. Mechanical joint end valves shall meet the requirements of AWWA/ANSI C111/A21.11. c. Flanged ends shall be used with Steel or Concrete Cylinder pipe unless otherwise noted in the Contract Documents. 1) Flange insulation kits shall be provided in accordance with Section 33 04 10. d. Flanged ends shall be provided unless otherwise noted in the Contract Documents. Bolts and Nuts Flanged Ends 1) Meet requirements of AWWA C504. 2) For buried and non-buried applications, provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. 3) Spray bolts and nuts with anti-seize compound. Gaskets All rubber joint gasl<ets utilized on valves shall be in conformance with AWWAJANSI C111/A21.11. Flanged Gaslcets 1) The gaskets shall be full face, manufactured true to shape from approved black neoprene rubber stock of a thickness not less than 1/16 inch. 2) The gasket shal� be of virgin stock and shall conform to the physical and test requirements specified in AWWA/ANSI C111/A21.1 l. 3) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. 4) Frayed cut edges resulting from job site gasket fabrication shall not be acceptable. 5) Furnish Viton� Rubber gaskets hydrocarbon restraint gaskets, where required. 5. Discs a. Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM A36. 1) Disc and shaft connection shall be made with tapered pins of either monel or stainless steel � � 7. a. � Valve Shaft Valve shaft shall be: 1) Type 304 stainless steel or equal 2) 1-piece unit or stub-shaft type a) Stub shaft shall be inserted into the valve disc hubs for distance of 1 '/2 times shaft diameter 3) Minimum diameter per AWWA C504 4) Horizontal orientation Shaft Seals Valve shaft seals shall be self-compensating V-type packing with a minimum of 4 sealing rings. Design shall allow adjustment or replacement without removing the valve shaft. 8. Valve Bearings a. Valve shaft bearings shall be non-metallic and permanently lubricated. CITY OF FORT WORTH 2O07 CRITICAL CAPTTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'I' # 00951 & 00952 33 12 21 - 6 AWWA RubUer-Seated Butterfly Valves Page 6 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 9. Valve Seat a. Seats on Body (for transmission projects only) 1) Tlie seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the valve body, 2) Provide a 360 degree continuous, uninterrupted seating surface. 3) Field adjustable around the fu11360 degrees circumference and replaceable without disnnantling the actuator, disc or shaft and without removing the valve from the line. 4) The seat shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. 5) The seat shall contain an integral shaft seal protecting the valve bearings and packing from any line debris. 6) Rubber seats shall be field adjustable and replaceable. b. Seats on Disc (fox transmission or water facility) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the disc. 2) Resilient seats shall be located on the valve disc and shall provide a 360 degree continuous, uninterrupted seating surface. 3) Seats shall be mechanically retained with a stainless steel retaining ring and stainless steel cap screws which shall pass through both the resilient seat and the retaining Y•ing. 4) The resilient seat's mating surface shall be to a 360 degree continuous uninterrupted stainless steel body seat ring. 5) Rubber seats shall be field adjustable and replaceable. 10. Performance / Design Criteria a. Valve Classification shall be Class 250B D. Finishes 47 E. 1. 2. a. b. c. d. e. f. g• Unless otherwise specified in the Contract Documents, exterior and interior metallic surfaces of each valve shall be shop fusion bonded epoxy coated rneeting per the latest revision ofAWWA C550. Painting and Coatings All surfaces of the valve shali be clean, dry and free from grease before applying paint or coating. The valve interior and exterior surfaces, except for the seating surfaces, shall be provided with the rnanufacturer's standard coating or as specified in the Contract Documents. All internal exposed surfaces that are susceptible to corrosion shall be coated with a Polymide cured, rust inhibiting epoxy. Surfaces to be coated shall be prapared and sand-blasted per SSPC SP 10/NACE No. 2, Final coating thickness shall be 16 mils minimum. All surfaces shaIl be inspected for proper dry iilm thicicness using a magnetic dry film thickness gauge. Tests for invisible holidays shall be conducted using a low voltage, wet sponge holiday or leak detector. Marking for ldentification CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COITNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DpCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 33 12 21 - 7 AWWA Rubber-Seated Butterfly Valves Page 7 of 10 1 2 3 4 5 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 For each Rubber-Seated Butterfly Valve, clearly mark with the following infolYnation; a. Valve size b. Class for which it is designated c. Name of manufacturer d. Date of manufacturer 2.3 ACCESSORIES A. Rubber-Seated Butterfly Valves shall have the following accessories provided as part of the valve installation: 2. a. b. c. � e. f. g• Below grade Rubber-Seated Butterfly Valves shall be placed within a concrete vault in accordance with Section 33 OS 16 or Section 03 30 00, or as shown on the Drawings. Manual Actuators Valves shall be provided with manual actuators, unless otherwise specified in the Drawings. Valves shall be opened by turning the actuator clockwise and close counter clockwise. Manual actuators shall be fully greased, packed and have stops in the open and closed position. 1) The actuator shall have a mechanical stop which will withstand an input torque of 450 foot-pounds against the stop. 2) The actuator shall have a built in packing leak bypass to eliminate possible packing leakage into the actuator housing. Butterfly valves in a vauli shall be furnished with a 2-inch operating nut. 1) The actuator shall be placed in a vault as indicated on the Drawings and have extension to the top of the vault. Butterfly valves in plant, pump station or tank service applications located above ground shall be provided with a 16 inch minimum diameter handwheel operator. 1) Handwheels shall be painted red. Valve Position Indicator 1) Provide position indicator with mechanical dial indicator as follows: a) Highly visible b) Containing "Open" and "Closed" legend at the end of a 90 degree arc c) Pointer to show the disc position (Closed-0 degree and Open-90 degree) d) Arc graduated in degrees Actuator shall be worm-gear type, as follows: 1) Worm gear manual operator shall comply fully with AWWA C504, latest edition. 2) Worm gear drive sleeve and worm shaft shall be of solid, 1-piece design; bolted segments or pinned worms will not be acceptable. Drive sleeve shall include an integral spline to accept a removable bottom-entry spline bushing for valve shaft connection. 3) If required for torque purposes, spur gear reducers may be provided for increased torque outputs and to reduce handwheel diameter. 4) Worm gear operator shall include handwheel with rnaximum 80 pound rim pull. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROL)P 2A & GROUP 2B Revised Juty 1, 2011 CITY PROJECT � 00951 & 00952 33 12 21 - 8 AWWA Rubber-Seated Butterfly Valves Page 8 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 a) Materials of Construction (1) Housing: Ductile Iron (2) Drive sleeve: Bronze (3) Worm: Alloy steel with splined input drive connection (4) Bearings; Heavy duty tapered roller bearings (5) Finish: Thermostatically Applied Polyester Powdercoat (6) Fasteners: Stainless steel 5) Manual gears shall be capable of being field retrofit with an electric motor opexator in the future without major modifications. a) With spur gear removed, splined worm gear input shaft and motor adapter flange shall be easily added to accept a multi-turn "toi•que- only" electric valve actuator. (1) Supplier shall include the Numbei• of Turns required to complete on Open-to-Close strolce in the Equipment Subrnittal. 3. Extension Stem a. Keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the valve is 3 feet or more beneath the surface of the ground 1) Not required for City stock orders. 2) Extension stems shall not be bolted or attached to the valve-operating nut. 3) Extension stems shall be of cold rolled steel with a cross-sectional area of 1 square inch, fitting loosely enough to allow deflection. 4. 2-inch Taps a. Provide two 2-inch taps on each side of the valve, 12 inches from the valve body. 1) Taps shall be C.C. thread with flare, with insulated adaptor kit. 2) Provide copper riser between corporation stop and curb stop. 3) Tnstall curb stop 12 inches from the vault top a) Reachable by hand from the vault lid S. Joint components such as gasl<ets, glands, lubricant, bolts and nuts, shall be furnished in sufficient quantity for assembly of each joint. 2.4 SOURCE QUALTTY CONTROL A. Tests and Inspections 1. 2. Each valve shall be shop tested for leaks in the closed position with the valve horizontal. a. The upper surfaca of the valve disc shall be visible and covered with a pool of water at 0 psi pressure. b. Air pressure equivalent to the design rating of the valve shall be applied to the lower face of the disc for at least 5 minutes with no indication of leakage (i.e, bubbles in the water pool) during the test period. The valve body shall be hydrostatically tested at twice the rated pressure for 10 minutes with the valve in the slightly open position. a. During this test, there shall be no leakage or seeping through the valve body, weld or valve trunnions. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT t! 00951 & 00952 _ _. . 33 12 21 - 9 AWWA Rubber-Seated Butterfty Valves Page 9 of 10 1 PART 3 - �XECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 �XAMINATION [NOT USED] 4 3.3 PR�PARATTON [NOT US�D] 5 3.4 INSTALLATION G 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. General l. All Rubber-Seated Butterfly Valves shall be installed in accordance with the instructions of the xnanufacturer and as shown on the Drawings. 2. For buried applications, Rubber-Seated ButteiVfly Valves shall be placed in a concrete vault and installed in accordance with Section 33 OS 16, 3. All excavations shall be backfilled in accordance with Section 33 OS 10. 3.5 REPAIR / RESTORA.TION [NOT USED) 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL A. Field Inspections l. Before acceptance of the installed Rubber-Seated Butterfly Valve, the City Field Operations and/or Production Staff shall have the opportunity to operate the valve. a. The operator will be assessing the easa of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. b. If access and operation of the Rubber-Seated Butterfly Valve meet the City's criteria, then the valve will be accepted as installed. B. Non-Conforming Work 1. If access and operation of the Rubber-Seated Butterfly Valve does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria. 3.8 SYST�M STARTUP [NOT USED] 3.9 ADNSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] ' 35 END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CIT'Y PROJECT H 00951 & 00952 33 12 21 - 10 AW WA Rubber-Seated Butterfly Valves Page ] 0 of 10 C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION 3PECIFICATION DOCUMENTS GROUP 2A & GROTJP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331225-1 CONNECTION 'I'O EXISTING WATER MAINS Page 1 of 8 � SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS 3 PART1- GENERAL 4 1.1 SUMMA.RY 5 6 7 8 9 10 11 12 A. Section Includes: 1. Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Performing in-line connections d. Iristalling a tapping sleave and valve B. Deviations from this City of Fort Worth Standard Specification 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 17 18 19 2. Division 1— General Requirements 3. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 4. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 5. 33 11 10 — Ductile Iron Pipe 20 1.2 PRICE AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of seivice a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution System Main that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COLTNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 12 25 - 2 CONNECTION "I'O EXISTING WATER MAINS Page 2 of 8 1 2 3 4 5 6 7 8 9 10 I1 12 13 l4 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary ligliting 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) Measui•ement 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) Pavennent removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 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 1.3 REFERENCES A. Reference Standards l. 2. 3. 4. � . 7. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) ASTM International (ASTM): a. A36, Standard Specification foi• Carbon Structural Steel. b. A242, Standard Speciiication for High-Strength Low-Alloy Structural Steel. c. A283, Standard Speci�cation for Low and Intermediate Tensile Strength Carbon Steel Plates. d. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. D2000, Standard Classification System for Rubber Products in Automotive Applications. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. C111/A21.1 l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings, NSF International (NSF): a. 61, Drinking Water System Components — Health Effects. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 36 37 38 39 40 41 42 43 A. Pre-installation Meetings 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 l2 2S - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 0 7. 8. 5. Review work procedures as submitted and any adjustments made for current field conditions, Verify that all valves and plugs to be used have adequate thrust restraint or blocking. Schedule a test shutdown with the City. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule worlc to make all connections to existing 16-inch and larger rnains: a. During the period from November through Api•il, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1;00 P.M. a tninimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordivation will be required with the City to discuss rescheduling and compensation for mobilization, 2) No additional payment will be provided if the schedule was altered at the Contractor's request, 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section O1 33 00. 25 B, All submittals shall be approved by the Engineer or the City prior to delivery and/or 26 fabrication for specials. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data, if applicable 29 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 30 a. Dimensions, weights, material list, and detailed drawings 31 b. Maacimum torque recommended by the manufacturer for the valve by size 32 33 34 35 36 37 38 39 40 41 42 43 B. Submittals 1. Provide a detailed sequence of woi•k for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory exca�ation b. Dewatering c. Procedure for connecting to the existing water main d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANbARD CONSTRUCTION SPECIPICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 12 25 - 5 CONNECTION 'I'O EXISTING WATER MAINS Page 5 of 8 1 1.7 CLOS�OUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND IIANDLING 5 6 7 8 9 10 11 12 13 14 15 16 A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect ali equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect �nished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1'7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WAI2ItANTY 19 A. Manufacturer Warranty 20 1. Manufacturer's warranty shall be in accordance with Division 1. 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISI3ED [o�] OWNER-SUPPLIED PRODUCTS [NOT USED] 23 24 25 26 27 28 29 30 31 32 33 34 35 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specifcation and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section Ol 25 00. : 36 C. 37 Description 1. Regulatory Requirements a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. Tapping Sleeve Materials 1. Body CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROIECT # 00951 & 00952 33 l2 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accardance with AWWA/ANSI C105/A21.5, 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Car•bon Steel per ASTM A36 in accordance with AWWA C207 and ASME B 16.1 Class 125. b, Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a, Flanged Ends 1) Meet requirements of AWWA C207. 2) Provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. a) Spray bolts and nuts with anti-seize compound. 4. Gaskets a. Nitrile Butadiene Rubber (NBR, Buna-N) per ASTM D2000 b. Bonded into cavity for internal and external retention c, Temperature range: -20 degrees F to +180 degrees F d. Suitable for water, oil, mild acids, bases, and most (aliphatic) hydrocarbon fluids 5. Test Plug a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 25 2.3 ACC�SSORIES [NOT USED] 26 2.4 SOURC� QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALL�RS (NOT USED] 29 3.2 EXAMINATION 30 A. Verification of Conditions 31 32 33 34 35 36 37 38 39 1. Verify by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfill trench for the exploratory excavation in accordance with 33 OS 10. 2. Verify that all equipment and materials are available on—site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECT # 00951 & 00952 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 22 23 24 A, General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure l. Expose the proposed connection point in accordance with Section 33 OS 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully - discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If a fish kill occurs associated with the construction activities: a. Immediately alter activities to prevent further fish kills. b. Immediately notify Water Department. c. Collect and classify fish in accordance with TCEQ requirements. d. Coordinate with City to properly notify TCEQ. e. Be responsible for fines assessed. S. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 OS 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 25 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 26 10. Establish thrust restraint as provided for in the Drawings. 27 11. Clean and disinfect the pipeline associated with the connection in accordance with 28 Section 33 04 40. 29 12. Place embedment to the top of the pipe zone. 30 13. Request that the City Valve Crew re-pressurize the pipeline. 31 14. Directionally flush the connection in accordance with Section 33 04 40. 32 15. Request that City Valve Crew open all remaining valves. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTR(JCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 1 3.5 I2EPAII2/ItESTORATION [NOT US�D] 2 3.6 I2E-INSTALLATION [NOT US�D] 3 3.7 FI�LD [on] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT US�D] 5 3.9 ADJUSTING [NOT US�D] 6 3.10 CLEANING [NOT USEDJ 7 3.11 CLOS�OUT ACTIVITI�S [NOT USED) 8 3.12 PROT�CTION [NOT US�DJ 9 3.13 MAINTENANCE [NOT US�D] 10 3.14 ATTACHMENTS [NOT USED] 11 12 13 END OF SECTION CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 331240-1 DRY-BARREL FIRG I-IYDRANTS Page I of 7 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 r� 18 1.2 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 33 12 40 DRY-BARREL FIRE HYDRANTS A. Section Includes: l. Dry-barrel fire hydrants with 5'/4-inch main valve for use with potable water mains B. Deviations from ihis City of Fort Worth Standard Specification 1. None. C. Related Specification Sections includa, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Cont�•act Forms and Conditions of the Conh•act 2. Division 1— General Requirements 3. Specification 33 OS 10 — Utility Trench Excavation, Embedment and Backfi(1 4. Specification 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Specification 33 11 10 — Ductile Iron Pipe 6. Specification 33 11 11 — Ductile Iron Fittings 7. Specification 33 11 14 — Buried Steel Pipe and Fittings 8. Specification 33 12 20 — Resilient Seated Gate Valves PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the each hydrant, complete in place. 2. Payment a. The work perfortned and mater•ials furnished in accordance with this Item and measured under "Measurement" will be paid for at the unit prices bid per each "Fire Hydrant" installed. 3. The price bid shall include: a. Furnishing and installing Fire Hydrants with appurtenances as specified in the Drawings b. D�y-Barrel Fire Hydrant assembly from base to operating nut c. Extension barrel and stem d. Pavement Removal e. Excavation f. Freight, loading, unloading and handling g. Disposal of excess material h. Furnish, placement and compaction of embedment i. Furnish, placement and compaction of backfill j. Blocking, Braces and Rest k. Clean up l, Disinfection CITY OF FORT WORTH 2O07 CRITICAL CAPTTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 33 I2 40 - 2 DRY-BARREL FIRE HYDRANTS Page 2 of 7 � m. Testing 2 1.3 R�FETt�NCES 3 4 S 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 A. Definitions 1. Base: The lateral connection to the fire hydrant lead; also called a shoe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Speciiication, unless a date is specifically cited, 2. American Water Works Association (AWWA): a. C502, Dry-Barrel Fire Hydrants b. Manual of Water Supply Practices M17 (AWWA Manual M17)— Installation, Field Testing, and Maintenance of Fire Hydrants 3. NSF vlternational a. 61, Drinking Water System Components — Health Effects 4. National Fire Protection Association (NFPA) a. 1963, Standard far Fire Hose Connections 5. Underwriters Laboratories, Inc. (UL) a. 246, Hydrants for Fire-Protection Service 6. Factoiy Mutual (FM) a. Class Number 1 S 10, Approval Standard for Fire Hydrant (Dzy Barrel Type) for Private Fire Service 22 1.4 ADMINISTRATIV� REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section O1 33 00. 25 B. All submittals shall be approved by the Engineer or the City prior to construction. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL 5UBMITTALS 27 28 29 30 31 32 33 34 35 36 1.7 A. Product Data 1. Diy-Barrel Fire Hydrant stating: a. Main valve opening size b. Nozzle arrangement and sizes c. Operating nut size d. Operating nut operating direction e. Working pressure rating f. Component assembly and materials g. Coatings and Finishes CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE 39 A. Qualiiications 40 l. Manufacturers CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 0095 t& 00952 33 12 40 - 3 DRY-SARREL F[RE HYDRANTS Page 3 of 7 1 2 3 4 5 a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. 1) Change orders, specials and field changes may be provided by a different manufacturel• upon City approval. 2. Dry-Barrel Fire Hydrants shall be in confortnance with AWWA C502, UL 246 and FM 1510. @ 7 8 9 10 i1 12 13 14 15 16 17 18 19 20 21 1.10 DELIVERY, STORAGE, AND HANDLING A, Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and AWWA Manual M17. 2. Protect all parts so that no damage or• deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3, Protect all equipment and parts against any damage during a prolonged period at the site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thareto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to suniight or extremes in temperature. 7. Secure and maintain a location to store the material in accordance with Section O1 66 00. 22 1.11 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY 24 A. Manufacturer Warranty 25 1. Manufacturer's Warranty shall be in accordance with Division 1. 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISH�D [oR] OWNER-SUPPLIEDPRODUCTS [NOT US�D] 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUII'MENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers l. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standat•d Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar service and size. B. Description 1. Regulatory Requirements CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 12 40 - 4 DRY-BAI2REL FIRE HYDRANTS Page 4 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 a. Diy-Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall meet oi• exceed the requirements of this Specification. b. All Dry-Bar•rel Fire Hydrant components in contact with potable water shall confo�•m to the requirements of NSF 61. C. Perfot�rnance / Design Criteria Capacities a. Rated wor•lcing pressure of 250 psi or greater 2. Design Ct•iteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) ?/$ inch at the top 2) Open by turning the operating nut to the right (clocicwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN", 3) Pi•ovide weather shield with operating nut, b. Main Valve 1) Minimum 5 �/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressw�e c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and con�guration in accordance with NFPA 1963 a) 2 x 2�/2-inch hose nozzles (1) 180 degrees apart b) 4'/2-inch pump nozzle d. Hydrant Ban•el Configuration 1) Upper barrel 2) Breakable flange and stem a) To be instal]ed 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) Spi•ing operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials l. Furnish materials in accordance with AWWA C502. 2. Dry-Barrel Fire Hydrant Assembly a. Ir�ternal parts 1) Threads a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331240-5 DRY-BARREL FIRE HYDRANTS Page 5 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1S 16 17 18 19 20 21 22 2) Stem a) Stem Nuts (1) Provide bronze stem nuts. (a) Grades per AWWA C502 b) Where needed, stem shall be grooved and sealed wrth O-rings. 3. Provide crushed rock for placement ar•ound base conforming to Section 33 OS 10. F. Finishes 1. Primer Materials a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502. 2. Finish Materials a. Dry-Ban•el Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. (2) Silver coating in accordance with City of Fort Worth requirements b) Below grade (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant assembly components in accordance with AWWA C502. 2) Interior a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance with AWWA C502 23 2.3 ACCESSORIES 24 A. Polyethylene Encasement 25 1. Provide polyethylene encasement in accordance with Section 33 11 10. 26 B. Embedment 27 1. Provide crushed rock and filter fabric in accordance with Section 33 OS 10. 28 2.4 SOURC� QUALITY CONTROL 29 A. Tests and Inspections 30 1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA 31 C502. 32 B. Markings 33 l. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502. 34 PART 3- EXECUTION [NOT USED] 35 3.1 INSTALLERS [NOT USED] 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPARATION [NOT USED] 38 39 3.4 INSTALLATION A. General CITY OF FORT WORTH 2O07 GRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 331240-6 DRY-BARI2EL F1R� 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 ve��tical installation with braces, rest and blocking in accordance with City 4 Standai�d Details, 5 3 6 4 7 8 9 10 5 11 12 13 14 15 16 17 18 19 20 21 22 23 � 7 8 Excavate and backfill trenches in accordance with 33 OS 10. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 OS 10. a. At the location of the weep holes, wrap ban•el with polyethylene encasement and crushed rocic with filter fabric to prevent dii�t and debris from entering the fire hydrant. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accot•dance with AWWA Manual of Water Supply Practice M17, to allow drain outlets to operate. a. The c��ushed rock should extend 6 inches above the drain outlets and a minimum of 1 foot on all sides of the fire hydrant base. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. b. Fittings may be used along �re lead line to ensure minimum and maximum cover requirements are met. 24 3.5 REPAIR / I2�STORATYON [NOT USED] 25 3.6 RE-INSTALLATION [NOT USED] 26 3.7 FIELD CONTROL 27 28 29 30 31 32 33 34 35 36 37 38 A. Field Inspections 1, The Diy-Barrel Fire Hydrant and assembly shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 2, City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant, to ensure that the iire hydrant was installed in accordance with AWWA Manual of Water Supply Practice M17. This includes but is not limited to: a. Operation of Nozzles and operating nut are not obstructed. b, Drain valve is not obstructed or plugged 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the water line it's connected to is put in service. 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 2O07 CRITICAL CAPITAL PROJECT, COLJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 331240-7 DE2Y-BARREL FIRE HYDRANTS Page 7 of 7 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CL�ANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USEDJ 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANC� 7 3.14 ATTACHMENTS 8 0 10 rND OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPTTAL PROJECT, COtINCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 31 20 - 1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER P[PE Page i of 6 1 2 SECTION 33 31 20 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 3 PART1- G�NERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloi•ide (PVC) pipe 4-inch through 27-inch fo�• gravity sanitary sewer 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 14 15 16 17 18 19 1.2 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 O1 30 — Sewer and Manhole Testing 4. Section 33 O1 31 — Closed Circuit Television (CCTV) Inspection 5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 OS 26 — Utility Markers/Locators 7. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1, Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment a. The work perfot�rned and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Va�•ious embedments 4) Various depths, for miscellaneous projects only 3. The price bid shall include: a. Furnishing and installing PVC gravity pipe with joints as speci�ed by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill CITY OF FORT WORTH 2O07 CRITTCAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJEC'I' # 00951 & 00952 333120-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of 6 1 h. Clay Dams 2 i. Clean-up 3 j, Cleaning 4 k. Testing 5 1.3 REFEIt�NCES 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. Reference Standards 1, Reference standards cited in this Speciiication refer to the curt•ent reference standar•d published at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a, D1784, Standard Speciiication for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CpVC) Compounds. b. D2412, Standa�•d Test Method for Determination of Externat Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloi•ide) (PVC) Sewer Pipe and Fittings. d, D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Comrnission on Environrnental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchaptei• C, Rule 217.53 — Pipe Design. b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe. c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.5'7 — Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIR�MENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals shall be in accordance with Section O1 33 00. 32 B. All submittals shall be approved by the Engineer or the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 35 36 37 38 39 40 41 A, Product Data 1. Product data sheet 2. Manufacturer. 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5. Cell classification 6. Laying lengths B. Certificates CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 333120-3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 1 2 3 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE A. Qualifications 7 8 9 10 ll 12 13 14 IS 16 1.10 D�LIVERY, STORAGE, AND HANDLING 17 18 A. Storage and Handling Requit•ements 19 l. 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 O1 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARI2ANTY [NOT USED] 24 25 PART 2 - PRODUCTS 26 2.1 OWNER-FUI2NISHED [oR] OWNER-SUPPLIEDPRODUCTS (NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 l. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of this Section and has been air and deflection tested and meets the requirements of ASTM D3034 and ASTM F679. Manufacturers a. Finished pipe shall be the product of 1 manufactur•er for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval, b. Pipe manufacturing operations shall be performed unde7• the control of the manufacturer. c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inch through 27-inch). A. Manufacturers 28 29 30 31 32 33 l. 2. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Performance / Design Criteria 34 35 36 37 38 39 1. Pipe a. Meet all requirements of TCEQ. b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 35/26 and ASTM F679 for 18-inch through 27-inch 46PS/115PS. c. PVC Gravity Sanitary Sewer Pipe sha�l be approved by the UL. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 333120-4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITAF2Y SEWER PIPE Page 4 of 6 1 d, Assume a standard lay length of 14 feet and 20 feet except for special fittings or 2 closure pieces necessary to comply with the Drawings. 3 e. Use green coloring fol• ground identification as sanitary sewer pipe. 4 f. PVC meeting the requirements of ASTM D1784, with a cell classi�cation of 5 12454 or 12364 6 g. Deflection Design 7 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 8 2) Design pipe according to the Modified Iowa Formula as detailed by the 9 Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the 10 following parameters: 11 a) Unit Weight of Fill (w) = 130 pounds per cubic foot 12 b) Live Load = AASHTO HS 20 13 c) Trench Depth = 12 feet minimum, or as indicated in Drawings 14 d) Maximum (E') = 1,000 max 15 e) Deflection Lag Factor (DL) = 1.0 16 fl Bedding Factor constant (K) = 0.1 17 g) Mean i•adius of the pipe (a•), inches, as indicated in Drawings 18 h) Marston's load per unit length (W), pounds per inch, calculate per 19 Drawings 20 i) PVC modulus of elasticity (E) = 400,000 psi 21 j) Moment of inertia of pipe wall per unit length, (I) = t3/12, (in4/in), per 22 pipe type and size 23 (1) Where (t) = pipe thickness, inches 24 k) Maximum Calculated Deflection = S percent 25 h, Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds 26 per cubic foot) with at least 1'/2 pipe diameters of cover, pipe is generally not 27 subject to flotation. If shallower, check groundwater flotation potential. 28 Flotation will occur i£ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 Fb > Wp -i- Wp -f- Wa i. J• � Where: Fb = buoyant force, pound per foot Wp = empty pipe weight, pound per foot Wf= weight of flooded soil, pound per foot Wa = weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. Verify trench depths after existing utilities are located. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. 43 2. Minimuzn pipe stiffness of 46 psi at 5 percent deflection when test in accordance 44 with ASTM D2412. 45 3. Pipe markings 46 a. Meet the minimum reGuirements of ASTM D3034 and ASTM F6'79. 47 b. Minimum pipe tnarkings shall be as follows: 48 1) Manufacturer's Name or Trademark and production record 49 2) Nominal pipe size C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CI'1'Y PROJECT N 00951 & 00952 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITAfZY SEWER PII'E Page 5 of 6 l 2 3 4 5 6 7 8 9 10 11 12 13 4. 5. � 3) PVC cell classification 4) ASTM or Standard Dimension Ratio (SDR) designation 5) Seal of testing agency that veriiied the suitability of the pipe Joints a. Joints shall be gasket, bell and spigot, push-on type conforming to ASTM D3212. b. Since each pipe manufactui•er has a different design for push-on joints; gaskets shall be part of a complete pipe section and purchased as such. Connections a. Only use manufactured fittings. b. See Section 33 31 50. Detectable Metallic Tape a. See Section 33 OS 26. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - �XECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'1 38 39 3.4 INSTALLATION A, General 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 33 OS 10, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 OS 10. 4. Embed PVC pipe in accordance with Section 33 OS 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end, CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 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 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 l. See Section 33 31 50. E. Detectable Metallic Tape Installation 1. See Section 33 OS 26. 3.5 1t�PAIR / R�STORATION [NOT USED] 3.6 RE-INSTALLATION [NOT US�D] 3.7 FIELD (ox] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Provide a Post-CCTV inspection in accordance with Section 33 Ol 31. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 Ol 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 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 28 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 333121-1 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE Page 1 of 6 1 2 SECTION 33 3121 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PII'E 3 PART1- G�NERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) pipe 18-inch through 48-inch for gravity sanitary sewer 7 applications 8 B. Deviations fi�om this City of Fort Worth Standard Specification 9 1, None. 10 11 12 13 14 1S 16 17 18 C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 Ol 30 — Sewer and Manhole Testing 4. Section 33 Ol 31 — Closed Circuit Telavision (CCTV) Inspection 5, Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 OS 26 — Utility Markers/Locators 7. Section 33 31 50 — Sanitary Sewer Service Connections and Service Line 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment l. Measurement a. Measure horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurernent" will be paid for at the unit price bid per linear foot for "PVC ASTM F1803 Sewer Pipe" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal c. Excavation d. Hauling e. Disposal of excess material f. Furr►ishing, placement and compaction of embedment g. Furnishing, placement and compaction of back�ll h. Clay Dams i. Clean-up j. Cleaning CiTY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTR'UCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 C1TY PROJECT' # 00951 & 00952 333121-2 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE Page 2 of 6 1 lc. Testing 2 1.3 I2�FERENCES 3 4 5 6 7 8 9 10 11 l2 l3 14 15 16 17 A. Reference Standards 1. Reference standards cited in this Speci�cation refer to the current reference standard published at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Chai•acteristics of Plastic Pipe by Parallel-Plate Loading. c. D3212, Standard Speciiication for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. d. F1803, Standard Specification for Poly(Vinyl Chloride) (PVC) Closed Profile Gravity Pipe and Fittings Based on Controlled Inside Diameter. 4. Underwriters Laboratories, In�c. (LTL). 18 1.4 ADMINISTRATIVE I2EQUIREMENTS [NOT USED] 19 1.5 SUBMITTALS 20 A. Submittals shall be in accordance with Section Ol 33 00. 21 22 B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 23 A. Product Data 24 1. Product data sheet 25 2. Manufacturer 26 3. Nominal pipe diameter 27 4. Cell classification 28 5. Laying lengths 29 6. Field sealant and sealant procedures 30 B. Certificates 31 1. Furnish an af�davit certifying that all PVC Gravity Pipe meets the provisions of 32 this Section and has been air and deflection tested and meets the requirements of 33 ASTM F1803. 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE 37 A. Qualifications 38 1. Manufacturers GITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROtiP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 31 21 - 3 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PTPE Page 3 of 6 1 2 3 4 s 6 7 a. L7 � Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and �eld changes may be provided by a different manufacturer upon City approval. Pipe manufacturing operations shall be performed under the control of the manufacturer. All pipe furnished shall be in conformance with ASTM F1803. 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 A. Storage and Handling Requirements 10 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 11 guidelines. 12 2. Secure and maintain a location to store the material in accordance with 13 Section O1 66 00. 14 1.11 FIELD [SITE] CONDTTIONS [NOT USED] 15 1.12 WARI2ANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 18 2.2 EQUIl'MENT, PRODUCT TYPES AND MATERIALS 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. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section Ol 60 00. a. The manufacturer must comply with this Speciiication and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section Ol 25 00. B. Performance / Design Criteria Pipe a. Meet all requirements of TCEQ. b. All pipe furnished shall be in conformance with ASTM F1803 for 18-inch through 48-inch, c. PVC Closed Profile Gravity Sanitary Sewer Pipe and Fittings shall be approved by the UL. d. Assume a standard lay length of 14 feet except for special iittings or closure , pieces necessary to comply with the Drawings. e. Use green or white coloring for in ground identiiication as sanitary sewer pipe. f. PVC meeting the requirements of ASTM D1784, with a cell classification of 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 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT � 00951 & 00952 33 31 21 - 4 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE Page 4 of 6 1 b) Live Load = AASHTO HS 20 2 c) Trench Depth = 12 feet minimum; or as indicated in Drawings 3 d) Maximum (E') < 1,000 max 4 e) Deflection Lag Factor (DL) = 1.0 5 � Bedding Facto�� constant (K) = 0.1 6 g) Mean radius of the pipe (r), inches, as indicated in Drawings 7 h) Marston's load per unit length (W), pounds per inch, calculate per 8 Drawings 9 i) PVC modulus of elasticity (E) = 400,000 psi 10 j) Moment of inertia of pipe wall per unit length, (I) = t3/12, (in4/in), per 11 pipe type and size 12 (1) Where (t) = pipe thicicness, inches 13 lc) Maximum Calculated Deflection = 5 percent 14 h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 15 pounds per cubic foot) with at least 1'/Z pipe diameters of cover, pipe is 16 generally not subject to flotation. If shallower, checic groundwater flotation 17 potential. Flotation will occur if: 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 > �7�7p -i- �7�1p -f- Wd i. k. Where: Fb = buoyant force, pounds per foot WP = empty pipe weight, pounds per foot Wf= weight of flooded soil, pounds per foot Wd = weight of dry soi1, pounds per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. Verify trench depths after existing utilities are located, Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings a. Meet the minimum requirements of ASTM F1803. b. Minimum pipe markings shall be as follows; 1) Manufacturer's Name or Trademarlc and production record 2) Nominal pipe size 3) ASTM Standard 4) Cell Classi�cation 5) Seal of testing agency that verified the suitability of the pipe 42 4. Joints 43 a. Joints shall be gasket, bell and spigot, push-on type conforming to 44 ASTM D3212. 45 b. Since each pipe manufacturer has a different design for push-on joints; gaslcets 46 shall be part of a complete pipe section and purchased as such. 47 5. Connections 48 a. Use only manufactured fittings. 49 b, See Section 33 31 50. CITY OF FORT WORTH 2O07 CRITICAL CAPTTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CtTY PROJECT # 00951 & 00952 33 31 21 - 5 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE Page 5 of 6 1 6, Field Sealant 2 a. Use urethane adhesive (3M Scotch-Weld DP605) for sealing connections and 3 iield cuts. 4 7. Detectable Metallic Tape 5 a. See Section 33 OS 26. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - �XECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [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 3.4 INSTALLATION A. General l. Install pipe, �ttings, specials and appurtenances as specified herein, as speci�ed in Section 33 OS 10 and in accordance with the pipa manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with 33 OS 10. 4, Embed PVC Pressure Pipe in accordance with 33 OS 10. B. Pipe Handling 1. Haul and disn•ibute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each j oint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation 1. Clean dirt and foreign material from the gasketed socket and the spigot end. 2. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. 3. Tnstall such that identification marking on each joint are orzented upward toward the trench opening. 4. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. 38 D. Field Cutting 39 l. Make pipe cuts before placing pipe in ditch when possible. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COtJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 31 21 • 6 POLYVINYL CHLORIDE (PVC) CLOSED PROFILE GRAVITY SANITARY SEWER PIPE Page 6 of 6 1 2 3 4 5 6 7 8 � 10 11 l2 13 14 15 16 17 18 19 20 21 22 23 24 2. Cut pipe with disc blade or circular saw for best results. 3. Do not follow the spiral barrel weld as a cutting guide. 4. Use field sealant on cut locations per the manufacturer's recommendation. E, Connection Installation l. See Section 33 31 50. F. Detectable Metallic Tape Installation 1. See Section 33 OS 26. 3.5 R�PAIl2 / I2ESTORATION [NOT USED] 3.6 R�-TNSTALLATION (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 O1 31. 2, Air Test and Deflection (Mandrel) Test a. Perform test in accordance with Section 33 Ol 30. 3.8 SYSTEM STARTUP (NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTTON [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USEDJ END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 25 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJEC"I' #100951 & 00952 33 31 50 - I SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page t of 9 2 SECTION 33 31 50 SANITARY SEWER SERVICE CONNECTIONS AND LINE 3 PART1- GEN�RAL 4 1.1 SUMMA.RY 5 6 7 8 9 10 11 12 13 14 A. Section Includes: 1. Sanitary sewer service cannection, service line and 2-way cleanout from the main to the right-of-way, as shown on the Drawings, directed by the Engineer and specified herein for: a. New Seivice b, New Service (Bored) c. Private Service Relocation d. Service Reinstatement B. Deviations from this Ciry of Fort Worth Standard Speci�cation 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 OS 10 — Utility Trench Excavation, Embedment and Backfill 19 4. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 20 1.2 PRICE AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. New Service a. Measurement 1) Measurement for this Item shall be per each "Sewer Service" complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout 9) Furnishing, placing and cornpaction of embedment 10) Furnishing, placing and compaction of backfill 11) Clean-up CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CTTY PROJECT # 00951 & 00952 33 31 50 - 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0 �3 � New Ductile I��on Service a, Measurement 1) Measurement for this Item shall be per• each "DIl' Sewer Se�vice" complete in place. b. Payment 1) The work performed and materials furnished in accot•dance with this Item will be paid for at the unit price bid pet� each "DIP Sewer Seivice" installed for: a) Various sizes c. The price bid shall include; 1) Furnishing and installing New DIP Sanitary Sewer Seivice Line as specified by the Drawings 2) Pavement i•emoval 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout 9) Furnishing, placing and compaction of embedment 10) Furnishing, placing and compaction of backfill 11) Clean-up Bored Sewer Service a. Measurement 1) Measurement for this Item shall be per each "Bor•ed 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) Va��ious materials c. The price shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as speci�ed by the Drawings 2) Pavement removal 3) Excavation 4} Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service Line 8) Fittings 9) 2-way cleanout 10) Furnishing, placing and compaction of embedment and backfill 11) Clean-up Deep Sewer Service a. Measurement 1) Measurement for this Item shall be per each "Deep Sewer Service" complete in place. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECT # 00951 & 00952 33 31 50 - 3 SANITARY SEWER SERViCE CONNECTIONS AND SERVICE LINE Page 3 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2] 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 5. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each new "Deep Sewe►• Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Furnishing and installing Deep Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling S) Disposal of axcess material 6} Tee connection to main 7) Service Line 8) Fittings 9) 2-way cleanout 10) Furnishing, placing and compaction of embedrnent and backfill 11) Clean-up Private Service Relocation a. Measurement 1) Measured horizontally along the surface from center line to center line of the iitting, manhole or appurtenance b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Sewer Service, Private Relocation" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Performing relocation as specified in the Drawings 2) Excavation 3) Hauling 4) Disposal of excess material 5) Service Line - private side by plumber 6) Fittings 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 6. 2-way Cleanout a. Measurement 1) Measurement for this Item shall be per each when only a"2-way Cleanout" is installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" installed for: a) Various sizes CTI'Y OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 33 31 50 - 4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 7 b) Various materials c. The price bid shall include: 1) Furnishing and installing the 2-way Cleanout as specified in the Drawings 2) Pavement removal 3) Hauling 4} Disposal of excess material 5) Fw•nishing, placing and compaction of backfill 6) Clean-up Service Reinstatement a. Measurement 1) Measurement for this Item shall be per each Reinstatement of Service associated with the sewer main being rehabilitated by a trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this item and measured as provided under "MeasuremenY' will be paid for at the unit price bid per each reinstatement of service for: a) Various sizes c, The price bid shall include: 1) Tap to existing main (if required) 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service line (if required) 8) Fittings 9) Furnishing, placing and compaction of embedment and backiill 10) Clean-up 29 1.3 1tEF�It�NCES 30 A. Definitions 31 1. New Service 32 a. New service applies to the installation of a service with connection to a new or 33 existing sewer main. 34 b. The service materials would include service line, iittings and cleanout. 35 2. Bored Service 36 a. Bored service applies to the installation of a seivice with connection to a new or 37 existing sewer main including a bore under an existing road. 38 b. The service materials would include service line, fittings and cleanout. 39 3. Deep Selwice (See Detail SAN-012) 40 a. Deep service applies to the installation of a service to a new or existing sewer 41 main where a difference of at least 15 feet exists between the finished grade and 42 the top of the sewer main. 43 b. The service materials would include service line, fttings and cleanout. 44 4. Private Seivice Relocation 45 a. Private service relocation applies to the replacement of the existing sewer 46 service line on private property typically associated with the relocation of the 47 existing main. 48 b. Typical main relocation will be from a rear lot easement or alley to the street. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT3 GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 333150-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 ra 15 16 17 18 19 20 21 22 23 24 S. Service Reinstatement a. Se�vice reinstatement applies to the reconnection of an existing service to an existing main that has been rehabilitated by trenchless methods such as pipe enlargement (pipe bursting), slip lining or CIPP. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. 2. ASTM International (ASTM): a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80 and 120. c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications d. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading e. ASTM D3212 Standard Speciiication for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals 3. Texas Commission on Environmental Quality a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe and Rule b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 — Manholes and Related Structures 25 1.4 ADMINISTRATIVE REQUIREMENTS 2b A. Scheduling 27 1. Provide advance notice for service interruption to property owner and meet 28 requirements of Division 0. 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section O1 33 00. 31 B. All submittals shall be approved by the Engineer or the City prior to delivery. 32 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 34 35 36 37 38 39 A. Product data shall include, if applicable: 1. Tee connection or saddle 2. Fittings (including type of cleanout) 3. Service line B. Certificates Furnish an affidavit certifying that service line and fittings meet the provisions of this Section. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 31 50 - 6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE L1NE Page 6 of 9 1 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 2 1.8 MAINT�NANCE MAT�RIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSU1tANCE [NOT USED) 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 6 7 8 9 10 11 12 13 14 15 ]6 17 18 A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer�'s guidelines. 2. Protect all parts such that no damage or deterioration will occur during a prolonged delay fi•om the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equiptnent and par•ts against any damage during a prolonged period at the site. 4, Prevent plastic and similar brittle items fi•om being dil•ectly exposed to sunlight or extremes in temperature. 5. Secure and maintain a location to store the material in accordance with Section O1 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WAI2RANTY [NOT USED] 19 PART 2 - PRODUCTS 20 2.1 OWNER-FURNISHED [NOT US�D] 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUIPM�NT, PRODUCT TYP�S, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section Ol 60 00. a. The manufacturer must cornply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. The seivices and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of services and appurtenances having similar se�wice and size. B. Materials/Design Criteria 1. Service Line and Fittings (including tee connections) a, PVC pipe and fittings on public property shall be in accordance with Section 33 31 20. b. PVC pipe and fittings on private property sha11 be Schedule 40 in accordance with ASTM D1785. 2. Service saddle a. Service saddles shall only be allowed when connecting a new service to an existing sanitary sewer main and shall: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 333150-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 9 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 3 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with neoprene gasket for seal against main 2) Use saddle to fit outside diameter of main 3) Use saddle with grooves to retain band clamps 4) Use at least 2 stainless steel band clamps for securing saddles to the main b. No inserta tees service connections may be used. Cleanout a. Cleanout stack should be the same material as the service line, except when DI pipe is being used. b. Use cast iron cap for cleanout cover. Coupling a. For connections between new PVC pipe stub out and existing service line, use flexible adapter coupling consisting of neoprene gasket and stainless steel shear rings with 2-inch stainless steel band clamps. 4. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS 19 A. A licensed plumber is required for installations of the service line on private property. 20 3.2 �XAMINATION [NOT USED) 21 3.3 PREPf1RATION [NOT USED] 22 3.4 INSTALLATION 23 A. General 24 1. I�istall service line, fittings and cleanout as specified herein, as speci�ied in Section 25 33 OS 10 and in accordance with the pipe manufacturer's recommendations. 26 B. Handling 27 1. Haul and distribute service lines, fttings and cleanouts at the project site and handle 28 with care to avoid damage. 29 a. Inspect each segment of service line and reject or repair any damaged pipe 30 prior to lowering into the trench. 31 2. Do not handle the pipe in such a way that will damage the pipe. 32 33 34 35 36 37 38 39 C. Service Line 1. Lay service line at a minimum grade of 2 percent, as shown on details SAN-011 and SAN-011A or at lines and grades as indicated in the Drawings, 2. If service line is installed by bore as an alternative to open cut the cost associated with open cut installation such as pavement removal, trenching, embedment and backiill 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 OS 10. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT � 00951 & 00952 33 31 50 - 8 SANITARY SEWER SERV[CE CONNECTIONS AND SERVICE LINE Page 8 of 9 D. Cleanout 2 3 4 5 6 7 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, Insta112-way cleanout in non-paved areas in accordance with Detail SAN-Ol l. 3. Install2-way cleanout in paved areas in accordance with Detail SAN-Ol lA. E, Seivice line connection to main 8 1. New service on new or replacement main 9 a, Determine location of service connections befo��e main installation so the 10 se�vice fittings can be installed during main installation. 1 I b. Connect service line to main with a molded or fabricated tee fitting. 12 2. Reconnection to main after pipe enlargement 13 a. Tapping the existing main and installing a strap on tee connection may be used. 14 b. Allow the new main to recover From imposed stretch before tapping and service 15 installation. 16 1) Follow manufacturer's recommendation for the length of time needed. 17 c. Tap main at 45 degree angle to horizontal when possible, 18 1) Avoid tapping the top of main. 19 d. Extend service line fi�om main to property line or easement line before 20 connecting to the existing service line. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 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 Seivice 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. £ Verify that the 2 percent slope installation requirement can be met. 1) If the 2 percent slope cannot be met, verify with the Engineer that line may be installed at the lesser slope. 36 3.5 REPAIR / R�STORATION [NOT USED] 37 3.6 RE-INSTALLATION 38 A. Service Relocation 39 1. All relocations that are not installed as designed or fail to meet the City code shall 40 be reinstalled at the Contractor's expense. 41 3.7 FIELD [ox] SITE QUALITY CONTROL 42 A. Inspections 43 1. Private property service line requires approval by the City plumbing inspector 44 before final acceptance. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJEC"I', COLJNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 31 50 - 9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 9 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT 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 � 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL AISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CiTY PROJECT # 00951 & 00952 333910-I CAST-IN-PLACE CONCRETE MANHOLE Page 1 of 7 1 2 3 PART1- GEN�RAL 4 l.l SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1.2 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 S�CTION 33 39 10 CAST-IN-PLACE CONCRETE MANHOLE A. Section Includes: 1. Sanitary Sewer Cast-in-Place Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-In-Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete 5. Section 33 O1 30 — Sewer and Manhole Testing 6. Section 33 OS 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures PRICE AND PAYMENT PROCEDUR�S A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5} Concrete 6) Backiill 7) Foundation 8) Drop pipe 9) Stubs l0) Frame 11) Cover 12) Grade rings 13) Pipe connections CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJEC'J' # 00951 & 00952 333910-2 CAST-IN-PLACE CONCRETE MANHOLE Page 2 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 7 3. 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up Exti•a Depth Manhole a. Meastu•ement 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 fiu•nished 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 wil] include: 1) Manhole struchu•e complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Conci•ete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Sewer Junction Structure" location. c. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Back�ll 7) Foundation CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 C1TY PROJECI' # 00951 & 00952 333910-3 CAST-IN-PLACE CONCRETE MANHOLE Page 3 of 7 1 2 3 4 5 6 7 8 9 10 11 A. Definitions 12 1.3 REFERENCES 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 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 backf 11 18) Clean-up l. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection (s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe d. Shallow Manhole (See City Standard Details) 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch c. See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1 2. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Speciiication, unless a date is speci�cally cited. ASTM International (ASTM): a. D4258, Standard Practice for Surface Cleaning Concrete for Coating, b. D4259, Standard Practice for Abrading Concrete. 38 1.4 ADMINISTRATIVE It�QULREMENTS [NOT USED] 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section O1 33 00. 41 B. All submittals shall be approved by the Engineer or the City prior to delivery. 42 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 43 A. Product Data 44 1. Drop connection materials CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 333910-4 CAST-IN-PLACE CONCRETE MANHOLE Page 4 of 7 1 2. Pipe connections at manhole walls 2 3. Stubs and stub plugs 3 4. Admixtui•es 4 5. Concrete Mix Design 5 1.7 CLOS�OUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT US�D] 8 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 7 10 1.11 FIELD [SITE] CONDITIONS [NOT USED) 1.12 WAR][tANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWN�R-FUItNISH�D [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 TYP�S, MATERIALS A. Manufacturers l. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Mater•ials l. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 21 00. 3. Frame and Cover — Conform to Section 33 OS 13. 4. Grade Ring — Conform to Section 33 OS 13. 5. Pipe Connections a, Pipe connections can be premolded pipe adapter, flexible locked-in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner — Conform to Section 33 39 60, if required. 7. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry �lm thickness shall be no less thanl2 mils and no greater than 30 mils. c. Solids content is 68 percent by volume � 2 percent. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT � 00951 & 00952 333910-5 CAST-IN-PLACE CONCRETE MANHOLE Page 5 of 7 1 2.3 ACCESSORI�S [NOT US�D] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 �XAMINATION 6 A. Evaluation and Assessment 7 l. Verify lines and grades are in accordance to the Drawings. 8 3.3 PR�PARATION 9 10 11 12 13 14 A. Foundation Preparation l. Excavate 8 inches below manhole foundation, 2. Replace excavated soil with course aggregate, ct•eating a stable base for the manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 15 3.4 INSTALLATION 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Cast manhole foundation and wall monolithically. a. A cold joint with water stop is allowed when the manhole depth exceeds 12 feet. b. No other joints are allowed unless shown on Drawings. 3. Place, fnish and cure concrete according to Section 03 30 00. a. Manholes must cure 3 days before back�lling around structure. B. Pipe connection at Manhole 1. Do not construct joints of sewer pipe within wall sections of manhoie. C. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. Sewer pipe may be laid through the manhole and the top '/2 of the pipe removed to facilitate manhole construction. 4. For all standard manholes provide full depth invert. 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 inches in depth. D. Drop Manhole Connection CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL bISTRICT 2 STANDAFtD CONSTRUCTION SPECIFICAT[ON DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 333910-6 CAST-IN-PLACE CONCRETE MANHOLE Page 6 of 7 � 3 4 5 6 7 8 9 10 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. E. � Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shouldet• of manhole. b, Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. ] 1 F. Internal coating 12 1. Internal coating application will conform to Section 33 39 60, if r•equired 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 i•ecommendation. 21 H. Modifications and Pipe Penetrations 22 1. Conform to Section 03 80 00. 23 I. Junction St�uctures 24 1. All structures shall be installed as specified in Drawings. 25 3.5 REPAIl2 / R�STORATION [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 Ol 30. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 201 I CITY PROJECT # 00951 & 00952 333910-7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of 7 1 3.8 SYST�M STARTUP [NOT US�D] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CL�ANING (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 � 10 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O�7 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 39 20 - 1 PRECAST CONCRETE MANHOLE Page 1 of 6 � 3 PARTl- GEN�RAL 4 1.1 SUMMARY 5 6 � 8 9 10 11 l2 13 14 15 I6 17 18 1.2 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 SECTION 33-39-20 PRECAST CONCRETE MANHOLE A. Section Includes: l. Sanitary Sewer Pi•ecast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-in-Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete S. Section 33 O1 30 — Sewer and Manhole Testing 6. Section 33 OS 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures PRICE AND PAYMENT PROC�DURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 39 20 - 2 PRECAST CONCRETE MANHOLE Page 2 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 a1 22 23 24 25 26 27 28 29 30 31 32 33 ►� 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of back�ll 18) Clean-up Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" speciiied for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) 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 34 1.3 REFERENCES 35 36 37 38 39 40 41 42 43 44 45 46 47 48 A. De�nitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole (See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 1 2 3 4 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specifc manhole design on Drawings for pipes larger than 36-inch, 5 B. Reference Standards 6 I, Reference standards cited in this Specifcation refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Speci�cation, unless a date is specifically cited. 9 2, ASTM Intei•national (ASTM): 10 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 11 Sections. 12 b. C923, Standard Specification for Resilieni Connectors Between Reinforced 13 Concrete Manholes Structures, Pipes, and Laterals. 14 1.4 ADMINISTRATI'VE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Submittals shall be in accordance with Section O1 33 00. 17 B, All submittals shall be approved by the Engineer or the City prior to delivery. 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 20 21 22 23 24 25 A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concr•ete Mix Design 26 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 30 31 32 33 1.11 FI�LD [SITE] CONDITIONS [NOT USEDJ 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 1 PART2- PRODUCTS 2 2.1 OWNF,R-FURNISHED [ox] OWNER-SUPPLI�D PRODUCTS [NOT US�D] 3 2.2 EQUIPMENT, PRODUCT TYPES, AND 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 Ol 60 00. 7 a. The manufacturer must comply with this Specification and related Sections. 8 2. Any product that is not listed on the Standard Products List is considered a 9 substitution and shall be submitted in accordance with Section O1 25 00. 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 B, Materials 1. Concrete — Conform to Section 03 30 00. 2. Precast Joints — Conform to ASTM C478. 3, Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c, Minimize number of segments. d. Use long joints at the bottom and shorter joints toward the top. e. Include manufactures stamp on each section. 4. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 5. Frame and Cover — Conform to Section 33 OS 13. 6. Grade Ring — Conform to Section 33 OS 13 and ASTM C478. 7. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot-type connector installed in a circular block out opening conforming to ASTM C923. 8. Steps a. No steps are allowed. 9. Interior Coating or Liner — Conform to Section 33 39 60. 10. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less than 12 mils and no greater than 30 mils. c. Solids content is 68 percent by volume � 2 percent. C1TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 6 1 2.3 ACC�SSOIttES [NOT USED] 2 2.4 SOURC� QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALL�RS [NOT USED] 5 3.2 �XAMINATION 6 A. Evaluation and Assessment 7 1. Vet•ify 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 manhole 12 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 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell-and-spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2. Set frame on top of manhole or grade rings using continuous water sealant, 3, Remove debris, stones and diz�t to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 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 manufactur•er's recommendation. G. Modiiications and Pipe Penetrations l. 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 vacuurn test in accordance with Section 33 Ol 30. 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D] 3.11 CLOS�OUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COi1NCIL DISTRTCT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 33 41 10 - 1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 � S�CTION 33 41 10 REINFORCED CONCRETE STORM DRA1N PIl'E/CULVERTS 3 PART1- GENERAL 4 l.l 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 Specifcation 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 Ol 31 — Closed Circuit Television (CCTV) Inspection 19 4. Section 03 30 00 — Cast-in-Place Concrete 20 5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Back�ll 21 6. Section 33 OS 23 — Hand Tunneling 22 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 23 1.2 PRICE AND PAYMENT PROCEDURES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Reinforced Concrete Storm Drain Pipe a. Measurement 1) Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered b. Payment 1) The wor•k performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "RCP" installed for: a) Various sizes b) Various classes c. The price bid shall include: 1) Furnishing and installing the specified diameter pipe and appurtenant fittings 2) Mobilization 3) Pavement removal 4) Excavation CITY OF FORT WORTH 2O07 CRITICAL CAF'ITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 3341 10-2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERT'S Page 2 of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 5) Hauling 6) Disposal of excess material 7) Furnishing, placement and compaction of embedment 8) Furnishing, placement and compaction of backfill 9) Gaskets 10) Clean-up 11) Cleaning 12) Jointing 13) Connections to all drainage sttvctures 2. Reinforced Concrete Storm Drain Culvei�ts 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 perfortned 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 �ttings 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 cui�rent reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. 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 2O07 CRITICAL CAPiTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July i, 2011 CITY PROJECT # 00951 & 00952 33 41 10 - 3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of l2 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 d. C361, Standard Specification for Reinforced Concrete Low-Head Pressure Pipe. e. C443, Standard Speci�cation for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets. f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe. h. C507, Standard Speci�cation for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewei• Pipe. i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. j. C1433, Standard Specification for Precast Reinforced Cancrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers. k. D4, Standard Test Method for Bitumen Content. 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic Compounds, m. D36, Standard Test Method for Softening Point of Bitumen (Ring-and-Ball Apparatus). n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt (Displacement Method). o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup Tester. p. D113, Standard Test Method for Ductility of Bituminous Materials. q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 4. T�OT Test Procedures (Tex): a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for Precast Concrete 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section O1 33 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 33 34 35 36 37 38 39 A. Certificates 1. Furnish manufacturer's certificate of compliance that their product meets the physical testing requirements of this Speciiication for the materials referenced including, but not limited to: a. Reinforced concrete pipe b. Concrete box culvert c. Jointing materials CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECC # 00951 & 00952 33 41 10 - 4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 1.7 CLOS�OUT 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 Requii•ements 6 1. Secure and maintain a location to store the matei•ial in accordance with Section Ol 7 66 Q0. 8 2. Keep pipe clean and fully drained during storage. 9 3. Transport, handle and store pipe and fittings as recommended by manufacturer. l0 4. Repair or replace any damaged pipe before installation pez• the manufacturer's 11 recommendation. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARI2ANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWN�R-FUItNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT US�D] 16 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Fabrication 1 2. 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 sh�ength 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, 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 ratia 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT il 00951 & 00952 334110-5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 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 sieel 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 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 b) c) d) e) � g) h) ASTM C990. Utilize 1 continuous gasket conforming to the joint shape for each joint. Plastic gasket shall be produced from blends of refined hydrocarbon resins and plasticizing compqunds reinforced with inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. Use flexible joint sealants that do not depend on oxidizing, evaporating or chemical action for its adhesive or cohesive strength. Supply in extruded rope form of suitable cross section and size as to fill the joint space when the pipes are joined. Provide a size of the pre-formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint and obtain the squeeze out as described under construction methods. The gasket joint sealer shall be protected by a suitable removable 2- piece wrapper, and the 2�piece wrapper shall be so designed that'/2 may be removed longitudinally without disturbing the other'/Z to facilitate application as noted below, The chemical composition of the gaskei joint sealing compound as shipped shall meet the requirements of Table 1 when tested in accordance with the test methods shown. 33 Table 1. Sealin Com ound Chemical Com osition Com osition Test Method Percent b W Bitumen ASTM D4 Bitumen Content 50-70 Ash-Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds 34 35 36 37 38 39 40 41 42 i) J) Gasket joint sealing compound when immersed for 30 days at ambient room temperature separately in 5 percent solution of caustic potash, a mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric acid and a saturated hydrogen sulfide (HzS) solution shall show no visible deterioration. The physical properties of the gasket joint sealing compound as shipped shall meet the requirements in Table 2 when tested in accordance with the test methods shown. 43 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 334110-6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 12 2 3) Rubber Gaskets 3 a) Provide gaskets that confotrn 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 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2.3 Reinforced Concrete Pipe a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe with shell thickness, circumferential reinforcement and strength conforming to the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch or elliptical pipe respectively, except as modiiied below: 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular reinforcement. 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its option, furnish pipe manufactured with either Wall "B" or Wall "C" minimum thicknesses and the applicable minimum steel area as listed for circular cages in Table II of ASTM C76, provided test strength requirements for Class III pipe are satisfactorily met. b. Jacking, Boring, or Tunneling 1) Design pipe for jacking, boring or tunneling conforming to the requirements of Section 33 OS 23. 2) When requested, provide design notes and drawings signed and sealed by a Texas licensed professional engineer. ACC�SSORIES [NOT USED] 25 2.4 SOURC� QUALITY CONTROL 26 27 28 29 30 31 32 33 34 35 A. Tests and Inspections 1. Reinforced Concrete Pipe a. Acceptance of pipe will be determined by the results of the following tests: 1) Material tests required in ASTM C76, ASTM C506 or ASTM C507. 2) Absorption tests in accordance with ASTM C497. 3) 3-edge bearing tests in accordance with ASTM C497. a) Testing Rate (1) If tested for 0.01-inch crack only: (a) Test 0.8 percent of pipe sections for each size included in order (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 Table 2. Sealing Compound Physical Properties 33 41 10 - 7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 (a) Test 0.2 percent of pipe sections for each size included in order b) Pipes that have been tested only to the fortnation 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 rneet 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) Tnspect �nished 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 AST'M 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 334110-8 REINFORCED CONCRETE STORM DRA1N PIPE/CULVERTS Page 8 of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 b. Where rubber gasket pipe joints are to be used, the design of joints and pe1•missible variations in dimensions shall be in accordance with ASTM C443, Sections 7 and 8. 2. Cast-in-Place or Precast Box Culvert a. Ensur•e that pi•ecast sections of either type meet the following requirements: 1) The inside vertical and horizontal dimensions do not vary from Drawing requirements by more than 1/2 inch or 1 percent, whichever is greater. 2) The horizontal or verYical plane at each end of the box section does not vary from perpendicular by more than 1/2 inch or 1 percent, whichever is greater, measured on the inside faces of the section. 3) The sides of a section at each end do not vary fi•om being perpendicular to the top and bottom by more than 1/2 inch or 1 percent, whichever is greater, when measured diagonally between opposite interior corners. b, Ensure that wall and slab thicknesses are not less than shown on the Drawings except for occasional deficiencies not greater than 1/4 inch ot• 5 percent, whichever is gt•eater. 1) If proper jointing is not affected, thicknesses in excess of Drawing requirements are acceptable. c, Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or job site and the joint opening at any point does nat exceed 1 inch. 1) Use match marks for pl•opez• installation on sections that have been accepted in this manner. C. Workmanship and Finish 1. Reinforced Concrete Pipe a. Ensure that pipe is substantially free from fi•actures, large or deep cracks and surface roughness. b. Ensure that ends of pipe are normal to the walls and centerline of the pipe within the limits of variations allowed as stated previously. 2. Cast-in-Place or Precast Box Culvert a, Fine cracks on the surface of the member that do not extend to the plane of the nearest reinforcement are acceptable unless the cracks are numerous and extensive. b. Repair cracks that extend into the plane of the reinforcing steel in an approved manner. c. Excessive damage, honeycomb or cracking will be subject to structural review. d. The City may accept boxes with repairs that are sound, properly finished and cured in conformance with pertinent Specifications. e. When fine cracks on the surface indicate poor curing practices, discontinue further production of precast sections until corrections are made and proper curing is provided. 42 D. Curing 43 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type 44 of pipe as referred to above. 45 E. Marking 46 l. Reinforced Concrete Pipe 47 a. Clearly mark the following information on each section of pipe: CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 3341 t0-9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 1) Class of pipe 2) ASTM designation 3) Date of manufacture 4) Identification of plant 5) Name or trademark of the manufacturer 6) Pipe to be used for jacking and boring b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end of each section during the process of manufacture or immediately after with the following; 1) The location of the top or bottom of the pipe as it should be installed, unless the external shape of the pipe is such that the correct position of the top and bottom is obvious 2) Mark the pipe section by indenting or painting with waterproof paint. 2. Cast-in-Place or Precast Box Culvert a. Mark precast boxes with the following: 1) Name or trademark of the producer 2) Date of manufacture 3) Box size 4) Minimum and maximum fill heights b. For boxes without lifting holes, mark 1 end of each box section on the inside and outside walls to indicate the top or bottom as it will be installed. c. Indent markings into the box section or paint them on each box with waterproof paint. F. PipeBox Rejection Individual sections of pipe/box may be rejected if any of the Specification requirements are not met or if any of the following exist: a. Fractures or cracks passing through the shell, with the exception of a single end crack that does not exceed the depth of the joint b. Defects that indicate imperfect proportioning, mixing and molding c. Surface defects indicating honeycombed or open texture d. Damaged ends which would prevent making a satisfactory joint e. Any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inch or more Mark rejected pipe/box with painted "REJECTED". Remove rejected pipe/box immediately from job site and replace with pipe/box meeting the reguirements of this Specification. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 l. 2. 3. 37 PART 3 - EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 �XAMINATION (NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 INSTALLATION 42 A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Revised July l, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROUP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 3s ar io - io REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 1 l. Conform to the requirements of Section 33 OS 10 for excavation and embedment for 2 open-cut type installation. 3 2. Conform to the requirements of Section 33 OS 23 when jacking, boi•ing 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 �rm trench bottom 8 conditions. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2, Start laying pipe/box on the bedding at the outlet or downstream end with the spigot or tongue end of the pipe joint pointing downstream, and proceed toward the inlet or upstream end with the abutting sections properly matched, true to the established lines and grades. 3, Provide appropriate facilities for hoisting and lowering the sections of pipe/box according ta manufacturer's r•ecommendation, 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing the prepared bedding or sides of trench, 5. Carefully clean pipe/box ends before pipe is placed in trench. 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each length of pipe/box is laid. 7. Fit, match and lay pipe/box to form a smooth, uniform conduit. 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, lay the pipe in trench so that the markings foi• top or bottom are not more than 5 degrees from the vertical plane through the longitudinal axis of the pipe 9. Remove and re-lay, without extra compensation, pipe/box that is not in alignment or that shows excessive settlement after laying. 27 C. Multiple Bai�rel Box Culvert Placement 28 1. Fill the annular space between multiple boxes with crushed rock or CLSM 29 according to 03 34 13. 30 a. Water jetting will not be allowed between parallel boxes. 31 32 33 34 35 36 37 38 39 40 41 42 43 44 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched. 3. Fit, match and lay boxes to form a smooth, uniform conduit true to the established lines and grades. D. Jointing 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants a. Brush-apply a suitable primer, recommended by the manufacturer of the gasket joint sealer, to tongue and groove joint surfaces and end surfaces. 1) Ensure that surface to be primed is clean and dry when primer is applied. 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement protrusions. 3) Allow primer to dry and harden. b. Attach plastic gasket sealer around tapered tongue or tapered groove near the pipe joint hub or shoulder, before laying pipe in trench. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 334110-II REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 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, diy 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 £ Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint 14 has been inspected and approved by the Engineer or Inspectoi•. 15 1) Take special precautions in placing and compacting backfill to avoid 16 damage to joints. 17 g. When the atrnospheric 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 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 E. Back�ll 1. Conform to the requirements of Section 33 OS 10 for backfilling pipe/box trenches. F. Pipe �ttings 1. Poured Concrete Pipe Collars a. Provide collars for locations shown on Drawings. b. Collar cost is considered subsidiary to bid price for furnishing and installing reinforced concrete pipe. No extra payment will be made for installation of concrete pipe collars shown on the Drawings. 2. Shop and Field-Fabricated Wyes, Tees, Crosses and Bends a. Furnish and install shop or field-fabricated wyes, tees, crosses or bends as indicated on Drawings or required by the Engineer. b. Shop-fabricate fittings for maximum pipe size less than 24-inches in diameter for the larger pipe. c. Field-fabricate fittings with 24-inch or greater diameter for the larger pipe. d. Field-fabricate fttings for box culverts. e. Take care in fabrication that concrete walls of pipe are broken back only enough to provide the required fnished opening. f. Join reinforcing mesh or bars by bending, twisting or spot welding to provide a rigid connection. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 33 41 10 - l2 RF.INPORCED CONC[ZETE STORM DRAIN PIPE/CULVERTS Page 12 of 12 1 2 3 4 5 6 7 8 9 10 11 3.5 3.10 CLEAI�IING [NOT USED] 12 3.G 1tE-INSTALLATION (NOT USED] 13 3.7 FI�LD [oa] SIT� QUALITY CONTROL 14 15 16 17 18 19 20 21 3.8 3.11 CLOSEOUT ACTIVITIES [NOT US�D] 22 3.9 ADJUSTING [NOT USED] 23 24 25 3.12 PROTECTION [NOT USED) g. Concrete or mortar (as specified in this segment) shall be wiped over the t�einforcing wires connecting the 2 pipe joints, compacted by light blows, shaped to the contour of the pipe bai•rels, lightly brushed for finish and cured under wet burlap. 3. Poured Concrete Pipe Plugs a. Plug pipe ends with a fabricated unit as shown on Drawings, when conduit lines terminate at locations with no connection to dr•ainage structures. b, Concrete pipe plug cost is considered subsidiary to bid price for fut-nishing and installing reinforced concrete pipe, No exh•a payment will be made for installation of concrete pipe plugs shown on the Drawings. REPAIl2 / FtESTORA.TION [NOT USED] A. Field Tests and Inspections 1, Video Inspection a. Perform post-construction TV inspection of all installed reinforced concrete pipes/boxes conforming to the requirements of Section 33 O1 31, 2. Ensure that pipes/boxes are installed correctly and are fi•ee of significant debris. a. At the City's discretion, replace any pipe/box that is determined to have jointing problems, cracking or significant debris. SYSTEM STARTUP [NOT US�D] 26 3.13 MAINT�NANCE (NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 29 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CTTY PROJECT # 00951 & 00952 33 49 20 - 1 CURB AND DROP INLETS Page 1 of 5 � 3 PART1- GENERAL S�CTION 33 49 20 CURB AND DROP INLETS 4 l.l SUMMARY 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 Fos�t Worth Standard Specification 9 1. None. 10 11 12 l3 14 15 16 17 18 19 20 C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Foi�ns and Conditions of the Contract 2. Division 1— General Requirements 3. Division 3 — Concrete 4. Section 02 41 13 — Selective Site Demolition S. Section 03 30 00 — Cast-In-Place Concrete 6. Section 03 80 00 — Modifications to Existing Concrete Structures 7. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 8. Section 33 OS 13 — Frame, Cover and Grade Rings 9. Section 33 OS 14 — Adjusting Manholes, Inlets, Valve Boxes and Other Structures to Grade 21 1.2 PRICE AND PAYMENT PROCEDUR�S 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment l. Measurement a. Measurement for• this Item shall be per each inlet complete in place. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Inlet" installed for: 1) Various types 2) Various sizes 3. The price bid shall include: a. Furnishing and installing the specified Inlet b. Mobilization c. Excavation d. Hauling e. Disposal of excess materials £ Fuinishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill h, Concrete i. Reinforcing steel j. Mortar C�TY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A &•GROUP 2B Revised July 1, 20l 1 CITY PROJECT # 00951 & 00952 � 1 2 3 4 5 k. Aluminum and castings 1. Frames m. Grates n. Rings and covers o. Clean-up 334920-2 CURB AND DROP INLETS Page 2 of S 6 1.3 REF�RENCES 7 8 9 10 11 ]2 13 14 15 16 17 18 19 20 21 A. Reference Standards 1. Reference standards cited in this Specification refer to the cun•ent reference standard published at the time of the latest revision date logged at the end of this Speciiication, unless a date is specifically cited. 2. ASTM International (ASTM): a. C478, Standard Specification for Precast Reinforced Concrete Manhole and Inlet Sections. b. D4101, Standard Specification for Polypropylene Injection and Extrusion Materials. c. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 3. Texas Deparhnent of Ti•ansportation (T�OT). a. Departmental Materials Specification (DMS): 1) 7340, Qualification Procedure for Multi-Project Fabrication Plants of 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 O1 33 00. 25 B. All submittals shall be approved by the Engineer or the City prior to delivery. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2'1 28 29 30 31 32 33 1.7 A. Product Data 1. Precast Concrete Inlet 2. Pipe connections at inlet walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design CLOSEOUT SUBMITTALS [NOT US�D] 34 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSUI2ANCE [NOT USED] 36 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 37 38 1.11 FIELD [SITE] CONDITIONS [NOT U5ED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 334920-3 CURB AND DROP INLETS Page 3 of 5 1 PART 2 - PRODUCTS 2 2.1 OWNER-FURNISHED [o�] OWN�R-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPM�NT, PRODUCT TYPES AND MAT�R.IALS 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 2.3 A. Mater•ials 1. Concrete a. Funiish concrete that conforms to the provisions of Section 03 30 00. 2, Reinfor•cing Steel a. Furnish reinforcing steel that conforms to the r•equirements of Section 03 30 00. 3. Mortar a. Furnish mortar per Section 03 80 00. 4. Steps a. Provide polypropylene supports and steps conforming to the shape and dimensions shown on the Di•awings that meet the requirements of ASTM D4101 and ASTM C478, Section 16, "Steps and Ladders." 5. Curing Materials a. Curing materials shall conform to the provisions of Division 3. 6. Frames, Grates, Rings and Covers a. Provide frames, grates, rings and covers that conform to dimensions and materials shown on Drawings and Section 33 OS 13. b. Ensure that covers and grates fit properly into frames and seat uniformly and solidly. ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT US�Dj 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 33 34 35 36 37 38 A. Interface with Other Work 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I and Stage II. a. Build inlets designed to match the iinal roadway surface in stages. 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in this Section. a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 334920-4 CURB AND DROP INLETS Page 4 of 5 1 2 3 4 5 C 3. Construct Stage II after the pavement structure is substantially complete unless otherwise approved by the Engineer. a. For Stage II, construct the remaining wall height and top of inlet and fui•nish and install any frames, grates, rings and covers, manhole steps, curb beams or collecting basins required. 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 fot�rns for cast-in-place concrete may be omitted with the approval 10 of the Engineer if the surrounding matei•ial can be trimmed to a smooth vei•tical 11 face. 12 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or 13 drill and grout steps in place after concrete placement. 14 15 16 17 18 19 20 21 22 23 24 25 26 C. Inlets for Precast Concrete Drain Pipes 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm drain lines into or through the inlet lacations are completed. a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with mortar. D. Inlets for Monolithic Drain Pipes l. Construct bases for inlets on monolithic drain pipes either monolithically with the storm drain or after the storm drain is constivcted. E. viverts 1. Shape and route floor invei�ts passing out or through the inlet as shown on the Drawings. 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. 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 OS 10. 30 31 32 33 34 35 36 37 38 39 40 41 42 G. Finishing Stage I Construction 1. Complete Stage I construction by constructing the walls to the elevations shown on the Drawings and back�lling to required elevations in accordance with Section 33 OS 10. H. Stage II Construction 1. Construct subgrade and base course or concrete pavement construction over Stage I inlet construction, unless otherwise approved by the Engineer. 2. Excavate to expose the top of Stage I construction and complete the inlet in accordance with the Drawings and these Specifications, including backfill and cleaning of all debris from the bottom of the manhole or inlet. I. Form Removal 1. Forms used in the construction of "Inlets" which support vertical loads will remain in place at least 24 hours after the concrete is placed. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 1 2 3 4 5 6 7 8 9 10 11 334920-5 CURB AND DROP INLETS Page 5 of 5 2. Other forms shall remain in place for a minimum time 24 hours after concrete is placed, unless otherwise directed by the Engineer. J. Curing 1. Cure all exposed concrete as required in Section 03 30 00. K. Finishing 1. Conform to Section 03 30 00. 3.5 I2�PAIR [NOT US�D] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT US�D] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING 12 A. Refer to Section 33 OS 14. 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACI-IMENTS [NOT USED] 18 � � END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT � 00951 & 00952 33 49 40 - 1 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 1 of 5 1 2 S�CTION 33 49 40 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 A. Section Includes: 1. Storm drain headwalls, wingwalls, and safety end treatments B. Deviations from this City of Fort Worth Standard Speci�cation l. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 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 31 37 00 — Riprap 16 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 41 10 — Reinforced Concrete Storm Sewer Pipe/Culverts 18 19 20 21 D. Standard Details 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 3. Safety End Treatment - Refer to TXDOT Fort Worth District Details 22 1.2 PRICE AND PAYMENT PROCEDURES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Concrete Headwall a. Measurement 1) Measurement far this Item shall be per each "Headwall" satisfactorily completed as specified on the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "Headwall" installed for: a) Various pipe si�es b) Various types c) Various number of pipes c. The price bid shall include: 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 334940-2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 2. 32 1.3 REFEItENCES 33 34 35 36 37 38 39 40 41 1. Reference standards cited in this Speciiication refer to the current reference standard published at the time of the latest revision date logged at the end of this Specifcation, unless a date is speciiically cited. 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS 44 1. Refer to Section 03 30 00. A. Definitions 7) Disposal of excess material 8) Furnishing, placing and compaction of baciciill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) CoY•rugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up Safety End Treatrnent a, Measurement 1) Measurement for this Item shall be per each "SET" satisfactorily completed as speci�ed on the Drawings. b. Payment 1) The work performed and materials fur•nished in accordance with this Item will be paid for at the unit price bid per each "SET" installed for; a) Various types b) Various pipe sizes c) Various numbei• of pipes c. The price bid shall include: 1) Constructing, furnishing, transporting and installing the Concrete Headwall 2) Connecting to the existing structure 3) Breaking back, removing and disposing of portions of the existing structure 4) Replacing portions of the existing structure to make connections 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placing and compaction of backfill 9) Concrete, as required by Drawings 10) Reinforcing Steel, if required by Drawings 11) Corrugated metal pipe, if required by Drawings 12) Reinforced concrete pipe, if required by Drawings 13) Clean-up 1. Headwalls - all walls, including wings, at the ends of single-barrel and multiple- barrel pipe culvert structures 2. Wingwalls - all walls at the ends of single-bari•el or multiple-barrel box culvert structures B. Reference Standards CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDAFZD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 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 D�LIVERY, STORAGE, AND HANDLING 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 A. Delivery and Acceptance Requirements l. Marking a. Before shipment from the casting or fabrication yard, clearly marlc the following on each precast unit: 1) Date of manufacture 2) Name or trademark of the manufacturer 3) Type and size designation 2. Causes for Rejection a. Precast units may be rejected for not meeting any one of the Specification requirements. b. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. c. Remove rejected units from the project, and replace them with acceptable units meeting the requirements of this Section. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section O1 66 00. 2, Store precast units on a level surface. 3. Do not place any loads on precast concrete units until design strength is reached. 4. Do not ship units until design strength requirements have been met. 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER-FURNISHED [ou] 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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT k 00951 & 00952 33 49 40 - 4 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 1) Safety End Treatment will be precast for 30-inch and smaller diameters and cast in place for greater than 30-inch diameters. 2. Fabrication Tolerances a, Lifting Holes 1) For precast units, p�•ovide no more than 41i$ing holes in each section. 2) Lifting holes may be cast, cut into fresh concrete after form removal or drilled. 3) Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. a) The maximum hole diameter is 3 inches at the inside sui•face of the wall and 4 inches at the outside surface. b) Do not cut more than 1 longitudinal wir•e or 2 circumferential wires per layer of reinforcing steel when locating lift holes. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURC� QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXA.MINATION [NOT USED] 19 3.3 PREPARATION 20 21 22 A. Removal 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 2. Drill, dowel and grout in accordance with Section 03 30 00. 23 3.4 INSTALLATION 24 A. Interface with Other Work 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1. Make connections to new or existing structures in accordance with the details shown on the Drawings. 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the Drawings. B. Excavation, Shaping, Bedding and Backfill a. Excavate, shape, bed and backfill in accordance with Section 33 OS 10. b. Take special precautions in placing and compacting the back�ll to avoid any movement or damage to the units. c. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. C. Placement of Precast Units a. Provide adequate means to lift and place the precast units. 1) Utilize sufficient number of lifting holes to ensure that the units are not damaged during lifting. b. Fill li$ing holes with rnortar or concrete and cure. 1) Precast concrete or mortar plugs may be used. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT' # 00951 & 00952 334940-5 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 1 3.5 R.EPAIR 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 confor�n to the requirements of this 5 Section and the repairs are sound, properly finished and cured in confonnance with 6 pertinent Specifications. 7 B. Repair spalled areas a�•ound lifting holes. 8 3,6 RE-INSTALLATION [NOT US�D] 9 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 10 3.$ SYST�M STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT US�D] 12 3.10 CL�ANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 1 S 3.13 MATNTENANCE [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 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DiSTRICT 2 STANDARD CONSTRUCTION SPECIFtCATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT � 00951 & 00952 347113-1 TRAFrIC CONTROL Page 1 of 5 1 2 3 PARTl- GENERAL SECTION 34 '71 13 TRAFFIC CONTROL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Conti•ol Devices and preparation of Traffic Conti•ol Plans 7 B. Deviations from this City of Fort Worth Standar•d Specification 8 1. None. 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Fonns and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDLIRES A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per month for the Project duration. a) A month is defined as 30 calendar days. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for "Traffic Control". c. The price bid shall include: 1) Tra�c Control implementation 2) Installation 3) Maintenance 4} Adjustments 5} Replacements 6) Removal 2. Portable Message Signs a. Measurement 1) Measurement for this Item shall be per week for the duration of use. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post-construction 3. Preparation of Tra�c Contro] Plan Details CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July l, 2011 CITY PROJECT # 00951 & 00952 34 71 13 - 2 TRAFFIC CONTROL Page 2 of 5 1 2 3 4 5 6 7 8 9 ]0 11 12 a. Measurement 1) Measurement for this Item be per each Tr•afiic Control Detail prepared. b. Payment 1) The work pei�formed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Traffic Control Detail" prepared. c. The price bid shall include: 1) Preparing the Traffic Control Plan Details 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) 3) Obtaining the signature and seal of a licensed Texas Professional Engineel• 4) Incorporation of City comments 13 1.3 ItEFER�NCES 14 A. Reference Standards 15 16 l7 18 19 20 21 1. Reference standards cited in this Speci�cation refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Tra�c Control Devices (TMUTCD). 3. Item 502, Barricades, Signs, and Traffc Handling of the Texas Department of Transportation, Standard Specifcations for Constiuction and Maintenance of Highways, Streets, and Bridges. 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 A. Coordination 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 houc•s prior to implementing Traffic Control within 500 feet of a traffic signal, 26 B. Sequencing 27 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 28 approved by the City and design Engineer before implementation. 29 1.5 SUBMITTALS 30 A. Provide the City with a cun•ent list of qualified flaggers before beginning flagging 31 activities. Use only flaggers on the qualified list. 32 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 33 Engineering Division, 311 W. 10`�' Street. The Traffic Control Plan (TCP) for the 34 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 35 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit, 36 C, Traf�c Control Plans shall be signed and sealed by a licensed Texas Professional 37 Engineer. 38 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 39 Specifications. The Contractor will be responsible for having a licensed Texas 40 Professional Engineer sign and seal the Traffc Control Plan sheets. 41 E. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 42 changes to the Traffic Control Plan(s) developed by the Design Engineer. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECI' # 00951 & 00952 34 71 13 - 3 TRAFFIC CONTROL Page 3 of 5 1 2 3 4 F. Design Engineer will furnish standard details for Traffic Control. 1.G ACTION SUBMITTALS/INFORMATIONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS (NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT US�D] 6 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 7 l.l l FIELD [SITE] CONDITIONS [NOT US�D] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS 10 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED) 11 2.2 ASSEMBLI�S AND MAT�RIALS 12 13 14 15 16 17 18 19 20 21 22 � A. Description 1. Regulatory Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMUTCD. 2.3 ACCESSORIES [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 EXAMINATION (NOT USED] 26 3.2 PREPARATION 27 A. Protection of In-Place Conditions 28 1. Protect existing traffic signal equipment. 29 3.3 INSTALLATION 30 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 31 the Drawings and as directed. 32 B. Install Traf�c Control Devices straight and plumb. CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised 7uly 1, 2011 CITY PROJECI' # 00951 & 00952 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 5 1 C. Do not make changes to the location of any device or implement any other changes to 2 the Traffic Control Plan without tlle approval of the Engineer. 3 1. Minor adjustments to meet field constructability and visibility are allowed. 4 D. Maintain Traffic Conh•ol Devices by taking cor•rective action as soon as possible. 5 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 6 covering, or removing Devices, 7 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 8 and that retroreflective characteristics meet requirements during darkness and rain. 9 E. If the Inspector discovers that the Contractor has failed to comply with applicable fedei•al 10 and state laws (by failing to fui�nish the necessary flagmen, warning devices, barricades, 11 lights, signs, or other precautionaiy measures for the protection of persons or property), the 12 Inspector may ordei• such additional precautionary measures be taken to protect persons 13 and properly. 14 F. Subject to the approval of the Tnspector, poi�tions of this Project, which are not affected by 15 or in conflict with the proposed method of handling traffic or utility adjustments, can be 16 const�ucted during any phase. 17 18 19 20 2l 22 G. Ba�ricades and signs shall be placed in such a manner as to not inte��fere with the sight distance of drivers entering the highway from driveways or side sfi�•eets. H. To facilitate shifting, barricades and signs used in lane closui�es or traff"ic staging may be erected and mounted on portable supports. 1. The support design is subject to the approval of the Engineer. I. Lane closures shall be in accordance with the approved Traffic Control Plans. 23 J. If at any time the existing traffic signals become inoperable as a result of constcuction 24 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 25 approved by the Engineer, to be used for Traffic Conri•ol. 26 K. Flaggers 27 1, Provide a Contractor representative who has been certified as a flagging instructor 28 through courses offered by the Texas Engineei•ing Extension Service, the American 29 Traffic Safety Services Association, the National Safety Council, or other approved 30 organizations. 31 a. Provide the certificate indicating course completion when requested. 32 b. This representative is responsible for training and assuring that all flaggers are 33 qualified to perform flagging duties. 34 2. A qualified flagger must be independently certified by 1 of the organizations listed 35 above or trained by the Contractor's cei�tified flagging instructor. 36 3. Flaggers must be courteous and able to effectively communicate with the public. 37 38 39 ao 41 42 43 4. When directing traf�c, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMLJTCD. 5. Provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. L. Removal CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July 1, 2011 CITY PROJECT # 00951 & 00952 1 2 3 4 5 6 7 8 9 10 I1 12 13 l4 15 347113-5 TRAFFIC CONTROL Page 5 of 5 1. Upon completion of Worlc, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used for work-zone tr•affic handling in a timely manner, unless otherwise shown on the Dr•awings. 3.4 REPAIR / IZ�STORATION [NOT USED] 3.5 RE-INSTALLATION [NOT USED] 3.6 FI�LD [on] SIT� QUALITY CONTROL [NOT US�D] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CL�ANING [NOT US�D] 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROT�CTION [NOT USED] 3.12 MAINT�NANCE [NOT US�D] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH 2O07 CRIT]CAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B Revised July I, 2011 CITY PROJECT # 00951 & 00952 ADDITIONAL SPECIFICATIONS REMOVAL SALVAGE AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will be required as shown on the plans, and/or described herein in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with the City's latest specification documents, unless amended or superseded by these requirements. A. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. If separate trench is required cut & plug will be paid for by the each including pavement repair and all other cost necessary for compiete execution of this item. BID ITEM - METER BOX — ADJUSTMENT � SERVICES: This item shail include raising or lowering an existing or proposed meter box to the parkway grade specified. No payment will be made for existing boxes, which are within 0.1' of specified parkway grade. A unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PRE-BID ITEM - UTILITY ADJUSTMENT � REPAIR: This item is included for the basic purpose of establishing a contract price which wili be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the �NGINEER. No payment will be made for utility adjustments except those adjustments determined necessary by the ENGINEER. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requii•ements AP-1 Details AP-2 Traffic Control CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B 2BRevised July I, 2011 CITY PROJECT # 00951 & 00952 GC-4.01 Availability of Lands CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS 2BRevised July 1, 2011 2007 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 GROOP 2A & GROUP 2B CITY PROJECT # 00951 & 00952 AVAILABILITY OF LANDS The City has not acquired the two ROW parcels on Murphy St as of the time of bidding this project. City intends on obtaining these two parcels in the near future. Contractor should be aware of this and plan work in other areas of the project until these parcels have been acquired. GC-4.02 Subsurface and Physical Condi�ions CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B 2BRevised July 1, 2011 CITY PROJECT # 00951 & 00952 �'",.""`-`"�-,�', � ��,�,'"-'>=�m_� � �g T�"- `•b �� ti�€t� � �g�� _ r�',�.�*�� 4 ' „�,�� � ' -� - �`�,�,, �"� �'�a . n - ::� _. "�'3`�"3i irg �'. �.. � ,i�,�z ._,�z j �7,3. . p .. } u .� c � ' � i�Y"� �s�� a:i , ��7 'e" � ' � 1� �t'F t�� �P Y� �z �:.Y .,✓' _.� .,�.__ ..r�-st 't.�_...«��.�{t F. Y� ' � 5 'k�`. t"� p �` ,� } ff: 3� :�i � ��`n y yr*., . �+ ��J� ai .� �s �" ' '3 �� S, Y,+ ' zk. .c? , �? 'i'S:. � F GEOTECHNIC�AL ENGINEFRIY�G REPORi MiSC��.L.ANE0U5 @�AVINC IMPROV�MENTS COUNCIL DIST'FtICi 2 �ORI' WORiH, i�XAS Prepared For. DUNAWAV ASSOCIA"fES, L.P. 1501 MERR9MAC C1RCL�, SflJIiE �00 FORT WOF�'iH, T�XAS 76'107 A'fi�l: IUIR. 6C�RVItV C.4i�ii P�ELL, P,E. ,���u�►Rv 2oos 6'ROJEC'i' iVO. 0�-93�3 �•. � .L���-;� � � s. �,��; , �. ,. �� �� �-��;;;:� �� �y: .,.>� �� �� _ _�_ ;�' �' �� �a,. � -. � _ '�, � � � ��� :{ January 16, 2009 f�r. Ke�rin Campbelt, �.E. Dunaway Associates, �.F'. �501 Merrima� Circl�, Suite 100 Fort Vilor4h, Texas 7610� F2e: �E07'�CHNICAl. E�JGINE�RI�C REPOR'f MISCELL,4NEOUS PAVING IMP�O!/Efl�iEMTS COUNCIL DiSTRIC7 2 FORi �VORTH, TEX�4� Dear Mr. Campbell: Submitted herewith are the results of a geotechnical investigation conducted for the referenced project. This investigation was performed in accordance with the scope outlined in our revised proposal No. 08- 15�2 dated February 8, 2008 and was auihorized by you on October 7, 2008, and your e-maii dated December 22, 2008 requesting additional infarmation. Engineering analyses and recommendations are contained in the narrative section of the report. Results of our field and laboratory investigation are submitted in detail in the Appendix section of the report. We appreciate the opportunity to be of service to you on this project. Please contact us if you have any questions or need any additional services. � Respectfuily Submitted, STL Engineers ,;'r� � j , �„�„_._ %r �-',, � / � . r i��! ✓ � / � '� -- Elie ert C� annoum, P.E. Senior Geotechnical Engineer �,a�`'�'4'f� �F TF�tl1�� �' �,�p..••.....,,-r,y� ��, . � ; � •, � ,ELt� /�.•CN�NNOU � {�� _.. .S� ��0 � •'�� �� p� .9FGIS1-E�.��'.''��,<`' � ti djjd�?� :S��NAf-��'���-�. �'%/� p �r'' %� � � .���/ ��Scott M.(Pett-t, P.E. Vice President Copies Submitted: 3 Geotechnical Engineering � Environmental Consulting ^ Constructlon Materials Testing 8908 Ambassador Row a Dailas, Texas 75247 � Tel: 214-630-3800 � Fax: 214-630-3898 www,stlengineers.com M/WBE � DBE • HUB • HUBZone 3 '" � � `�3 '� � 5?x3 r � yr �? � �; �� �s �- � `�; �� �_ � ,F���_. t `• { . � `c � � '"a s� 'S. - � iABLE OF CONiEiV75 Paqe INTRODUCTION........................................................................................................................1 PURPOSES AND SCOPE OF STUDY ......................................................................................2 FIELD OPERATIONS AND LABORATORY TESTING .............................................................2 GENERALS1TE CONDITIONS .................................................................................................4 ANALYSIS AND RECOMMENDATfONS ..................................................................................5 RECOMMENDATlONS FOR THE PLACEMENT OF CONTROLLED EARTH FILL ..............13 CONSTRUCTION OBSERVATIONS ......................................................................................'14 REPORTCLOSURE ................................................................................................................14 A►PPEP�DlX �► Plate VICINITYMAP ........................................................................................................................ A.1 BORING LOCATION PLAN .................................... LOGS OF BORING ................................................. KEY TO CLASSIFICATIONS AND SYMBOLS....... UNIFIED SOIL CLASSIFICATION SYSTEM.......... SWELL TEST RESULTS ........................................ LIME SERIES-_-.-_-...__ ____ _ FIELD OF'ERATIONS ............... .......................................... A.2A —A.2F ............................................... A.3-A.59 ..................................................... A.60 ..................................................... A.61 ..................................................... A.62 : i � � - � ......................................... A.63 � '.�- - ;l' 3,'�"`Ci.��� '�� 2�� � 7 � �. ��� 5z'�; � � ^� � � ,��. _. ._,� 't; i ' - f € �4 � � € � �� LABORATORYTESTING ...................................................................................................... B-3 APPENDDC C PAVEMENT DESIGN SOLUBLE SULFATES TEST RESULTS ' � �� �� �� � - F, x.r ��� �� �;, �:� 3�._ , �k�ii � �, ��: � � �'� � � � € C�OTECHNICAL ENGIPIEERING REPORT fl�ISCELLANEOU� PA!llfdG l�iPROVENiEf�T'� GOUPJCIL DISiRICT 2 �'ORT' VIIORTH, iIE�S INT'RODUCTIO�! We understand the proposed project will consist of repaving portions of a total of 15 street alignments, located within Council District 2, in Fort Worth, Texas. A total of approximately 23,700 linear feet of pavement will be reconstructed. The general location and orientation of the streets is presented in Plates A.1 fhrough A.2F in Appendix A of the report. This study was performed in support of the design of the following streets. Con4Pact Streei Name Appa�o�inna�� No. of �oeings Linear Feet 2A Loraine Street from Robinson to Gra son 3,750 8 Kearne Avenue from Loraine to 35 2,400 5 Menefee Avenue from Azle to 30 1,650 3 2B Mur h 5treet from Blandin to Riverside 1,450 4 Holden Street from Mur h to Race 750 2 McLemore Avenue from Blandin to Chandler 800 2 Damon Avenue from Riverside to Chandler 350 2 2C Calhoun Street from 215 to 22" 550 2 Jones 5treet from 14 to Northside 1,150 3 2D Refu io Avenue from 22" to 25 2,050 5 23` Street (from Lincoln to Lee, and from Hanna to Columbus 3,000 8 2E Lincoln Avenue fram 23` to 16 3,000 7 22" Street from Pearl to Lincoln 1,0�0 2 2F Parsons Lane from Blue Mound to Nard 1,800 4 This report was prepared in accordance with the City ofFort Worth Pavemenf Design Standards Manuai (the manual), and the pavement design was performed using the AASHTO Guide for the Design of Pavement Structures guidelines (current edition). Project No. 08-1343 Page 1 .a*"� ;� , �� „,�: ---��-,��� �`��� ��� q� �_ �4 �' 1 � �S • �• E € �S PURPOSES AND SCOPE OF 5TllDY The principai purposes of this investigation were to evaluafe the general subsurface conditions at the various streets, and to develop geotechnical recommendations for the design and construction of new pavements. To accomplish its intended purposes, the study was conducted in the following phases: (1) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples; (2) conduct laboratory tests on selected samples recovered from the borings to estabiish the pertinent engineering characteristics of the subgrade materiais; and (3) perForm engineering analyses, using fieid and laboratory data, to develop pavement design criteria. FIELD OPE�AiBONS AND L�4BOR�4."TORY i�S'TING Subsurface conditions were evaluated by advancing a total of 57 sampie barings, drilled to depths of about 10 feet below existing grades. The distribution of borings at each street is presented in the tabie below, and the approximate locations of the borings are presented in Appendix A of the report. Project No. 08-1343 pa9e 2 �{`� f�"''� ..� .��aa a�".. ' a' a=;' y �:,�, �3 ���� � �°y'd�.4 �� �� . F-�' z''� �1...�- J �.. t < !�f : E ia € i y � �i � ''� R 6 � ' t . { , �oring Summary Contract �tPeet N�rrte f�a. o� �orirrgs �oring Labels Plate Loca$ion 2A Loraine Street 8 B-10, through B- A.2A 17 Kearney Avenue 5 B-5 through B-9 A.2A Menefee Avenue 3 B-� 8 through B-20 A.2A 2B Murphy Street 4 B-21 fhrough B-24 A.2B Holden Street 2 B-25 and B-26 A.2B McLemore Avenue 2 B-27 and B-28 A.2B Damon Avenue 2 B-29 and B-30 A.2B 2C Calhoun Street 2 B-31 and B-32 A.2C Jones Street 3 B-33 through B-35 A.2C 2D Refugio Avenue 5 B-36 through B-40 A.2D-a 23` Street 3 B-41 through B-43 A.2D-a 23` Streei 5 B-44 through B-48 A.2D-b 2E Lincoln Avenue 7 B-49 through B-55 A.2E 22� Street 2 B-56 and 8-57 A.2E 2F Parsons Lane 4 B-1 through B-4 A.2F The borings were drilled from October 24 through November 7, 2008. Sample depths, descriptions of soiis/rock, and classifications (based on the Unified Soil Classification System) are presented on the Logs of Borings, Pfates A.3 through A.59. Keys to terms and symbols used on the logs are shown on Piates A.60 and A.61. Project No. 08-7343 Page 3 :���"; r P� ��� .�; � � h �, -.� � r:� �= -- �, ,�v.... �_� g'` �-s>='� - � - _� L.aboratory tests were performed on selected samples recovered from the borings to verify visuai classification and determine the pertinent engineering prope�ties ofthe soils encountered. Unconsolidated- Undrained (UU) triaxial shear tests were perFormed on selected ctay sampies to determine the strength of the subgrade soils to be used in the estimation of the California Bearing Ratio (CBR). For sands and some of the clay materials, �he CBR values were estimated based on N-values measured by performing the Standard Penetration Test and correlated to published values. Classification and strength fest resu(ts are presented on the Logs of Borings. Swell tests were performed on selected clay sampies to evaluate the sweli potentiai of the subgrade soils. The samples were incrementally air dried prior to testing in order to bring their moisture contents to at or below the Ptastic Limit, in order to simulate swelling from a dry condition. Many of the soils sampled during this study contained limestone fragments and/or sand which affected the test resufts. Swell test results are presented on Plate A.62. Descriptions of the procedures used in the field and laboratory phases of this study are presented in Appendix B of this report. GENER�L �I�E COR1Dli'IO�S Su�'ac� Conditions The various project sites consist of existing streets, which are currently paved with either asphaltic concrete (AC), or AC overlying Porfland cement concrete (PCC) pavement. Geology Generaily, the sites are located in the following geological formations: Qt: Fluviatile terrace deposiis that mostly consists of gravel, sand, silt, and clay. Kfd: Fort Worth Limestone that mostly consist of limestone and clay. The clays are calcareous. The limestone consists of 0.2 to 2 fest thick beds and becomes thicker and more massive southward. Subsurfiace Soil Conditions Descriptions ofthe various strata and their approximate depths and thicknesses are shown on the boring logs. A brief summary of the stratigraphy encountered at the borings is given below. ProJect No. 08-1343 Page 4 ��� � ���� � , � � � �� �.��. � � � �� � � � � � � E �. i � G s } €'= Given the various locations of the streets to be repaved, and the close proximity of two geological formations in the general area of the project, conditions at different streets, and sometimes within the same street, are highly variable. In general, the borings encountered clay, silty clay, sandy clay and silty to clayey sand, followed by interbeded layers of limestone, clay, sandy clay and sand at approximately one half of the borings. At the remainder of the borings, tan and gray limestone was encountered to the boring termination depths. All borings were drilled through existing AC pavement. The AC pavement was followed by Portland cement concrete pavement at some locations and by gravelly sand and gravelly clay base courses at other locations. The borings were typicaliy advanced to a depth af about 10 feet below existing grades. The Plasticity Index (PI) of the samples tested ranged from non-plastic (NP) to 53, indicating low to very high soil plasticity. A high Piasticity Index is generally associated with a high potential for swelling with changes in moisture. Due the high variability of the subsurface soils encountered; we advice you to refer to the attached Boring Logs for a more detailed description of the subsur�ace soils at specific locations. The boring logs are atiached in Appendix A of this report. �►NALYSIS AND R�CO��YiE�lDAiIOi�S �averv�ent D��ign Recomr��ncl�iions We understand that Portland cement concrete (PCC} pavement is being considered for the new improvements. As described earlier, our design was performed using the AASHTO Guide forthe Design of Pavement Structures in accordance with the City of Fort Worth Pavement Design Standard Manual. As a first step in the design process, the swell potential of the subgrade soils was evaluated. Swell ratios were calculated, based upon the free swell test results, and the thicknesses of the potentially active clay soii strata. The calculated sweli ratios are tabulated on Plate A.62. Tests taken in seven of the 11 tested street alignments (total street alignments are�6) resulted in swell ratios of �.0 or greater. In these locations, lime treatment of the subgrade soils will be required in accordance with the requirements of the Project IJo. OB-1343 Page 5 ��-� � � —.� �: � �;,. � � ��� _� �,� ,-�. '� � �;..� � ;; � `���` � r manual. Based on information provided by you, we have performed our analyses for both residential-rural (low- volume) and residential-urban (high-uolume) with annual Equivalent 18 kip Singfe Axle Load (ESALS) of 25,000 and 35,000, respectively, in one direction. A 25 year design life was used as indicated in the manuai. In addition, in order to illustrate the effect of varying lime treatment depth, we have performed our analyses for both 6-inches and 12-inches of lime treated subgrade. The resuits of our analyses and assumptions are tabulated below. Unconsolidated-undrained triaxial tests were pertormed on selected clay samples recovered. Shear strength values from the tests were correlated with CBR, and residual modulus values as presented in Plate B.1 of the City of Fort Worth Pavement Design Standards Manuai. The CBR values were estimated to be approximately 0.62 times the undrained shear strength (in pounds per square inch (psi)) of the soils tested. Some of the clay samples were obtained using split-barrel sampling procedures due to the presence of limestone seams and fragments. The N-value measured by perForming the Standard Penetration Test was used to determine the undrained shear strength of the clay soils. Based on that relationship, and conservatively using the lowest measured soil strength for each group of borings, the CBR value estimated for the various streets ranged from 5 to 21 for the natural subgrade. None of the 15 street alignments had estimated CBR values of 3 or less. For the streets which will require subgrade stabilization, the composite CBR values were estimated using a laboratory determined CSR value of 20 for the lime treated subgrade (adjusted CBR of 14), and a thickness of 6 and 12 inches for the treated layer. The calculated composite CBR values ranged from 12 to 21 for the 6 inch thick lime stabilized subgrade. For the 12 inch #hick lime stabilized subgrade, the calculated composite CBR values ranged from 14 to 27. CBR values with corresponding Resilient Modulus values for each street are presented in the table below. Project No. 08-1343 Page 6 �' �^�^ � -�r� � z � �i � � �'. �� I� a � � � r €�s 3 a- Street Naiur�l Subgrade 6" 1'hick Lim� �2" 7hic6c Lime i�arme Stabili�ed Subgeade S�abilizeci SuE�grad� Stabitized over �dat�ra8 Soi9 uver fVaturat Soil Subgrade ��tirnaie� E�tirnaied �siirnatecl �s�imated ��tirnatec9 IEsfir�roai�cl R�quir�d? ��� ��silienf Cornposite Resilienf Composiie Resilient �iodulus C�R li�odulus C�R �odulus si) (psi si) Parsons Yes 6 6535 13 11113 16 12806 Lane Kearney Yes 14 11611 2� 15368 27 18700 Avenue Loraine Yes 8 8312 15 12546 �9 14808 Street Menefee No 11 10121 N/A N/A NIA N/A Avenue Murphy No 10 9388 N/A N/A N/A N/A Street Holden No 12 1 d878 N/A N/A N/A N�A Street McLemore No g 8059 N/A N/A N/A Avenue N/A Damon No 20 14939 N/A N/A N/A N/A Avenue Calhoun No 21 � 5642 N/A N/A N/A N/A Street Jones Yes 12 10878 19 14727 26 17820 Street Refugio Yes 10 9618 17 13643 22 16327 Avenue 23` Street from Yes 11 9772 18 13774 23 16508 �incoln to Lee 23` Street from Yes 12 10582 19 14471 25 17468. Hanna to Columbus Lincoln Yes 5 5844 12 10580 14 12055 Avenue 22� Yes 1� 10008 18 13976 23 �6787 Street Project No. 08-1343 Page 7 ��� ��� �5 .�� 1K � $�'.*X ( -t ' a 'i� l � � • '�� A rigid design for each street was perFormed using 1993 AASHTO design equations and the DARWin Pavement Design and Analysis System. The results are presented in Appendix C of this report. For the PCC pavement designs, the following design inputs were used: Pavement Type — Jointed Reinforced Concrete Pavement 18-kip ESALs over Initial Performance Period (25 years) — 625, 000 (low-volume) and 875,000 (high-volume) Initial Serviceability — 4.5 Terminal Serviceability — 2.0 28-day Mean PCC Mndulus af Rupture — 650 psi 28-day mean elastic modulus of Slab — 4,400,000 psi Reliability Level — 80% Overail Standard Deviation — 0.35 Load Transfer Coefficient, .! — 3.0 Overali Drainage Coefficient, Cd — 0.7 (see note below) . Mean Effective k-value — estimated by the program based upon the input Resilient Modulus Note: For PCC pavements constructed directly on clay subgrade or stabilized clay subgrade, the quality of drainage was assumed to be "very poor", resulting in the overall drainage coefficient of 0.7 shown above. Our recommended pavement sections are presented in the foliowing table: Project No. 08-�i343 Page 8 ; �^'R��' .� � - I��, ' b� �� ����� �� � �-.�.�' ��. ��._._. _� {; 9�e � r� �i � i S Y'i Sire�� I Subgr�de Preparation Kearney 6o Lime Stabilized Avenue 6 /o lime (27 Ib./s. . Loraine 6" �ime Stabilized Street 6% lime (27 Ib./s. . Menefee Recompacted Avenue Murphy Recompacted Sfreet Holden Recompacted Street McLemore Recompacted Avenue Damon Recompacted Avenue 6" Lime Stabilized , ,�.,,,u,. Ib./s. . 23 S ret et 6" Lime Stabilized Lee Ib./s.y.) 23� Street 6" Lime Stabilized Columbus �b./s.y.) , . _ _ _ , _ 6" Lime Stabilized Project No. D8-1343 ihic6cne�s ofi Pavemen� in Low High Voturt�� V'olume Subgrade Prepap�iion 7.5 g,p 12" Lime Stabilized 6% lime (27 Ib./s.y.) 7.5 g.p �2" Lime Stabilized 6% lime (27 Ib./s.y.) 7.5 8.0 N/A 7.5 8.0 N/A 7.5 8.0 N/A 7.5 8.0 N/A 7.5 8.0 N/A a � T'hickness of Pavemen� (in) Low High Votume Volurne 7.5 I 8.0 7.5 N/A N/A N/A N/A N/A 8.0 N/A N/A N/A N/A N/A Page 9 �SY-��. � }� � �_ .� �� �� .. �$ ��i� ��°�r a� s1 F`�' z For Por-tland cement concrete (PCC) pavement, concrete with a minimum 28 day compressive strength of 3,500 pounds per square inch should be used. The coarse aggregate in the concrete should consist of crushed limestone rather than rounded gravel. We recommend lime stabilization of the subgrade on the indicated streets using a minimum of either 6 or 8 percent lime, as shown, (by dry soil weight) to a depth of 6 inches (27 or 36 pounds per square yard, respectively). Lime stabilization should be performed in accordance with Item STS 024 of the Cify of Fort Worth Pavement Specification. Based on our analyses, and as can be seen in the results presented in the previous table and in Appendix C, increasing the subgrade thickness treatment from 6 to 12 inches, does not reduce the pavement thickness substantially. Therefore, it is our opinion a 6 inch lime treated subgrade is sufficient to satisfy the project requirements. Pavem�nt Subgrade Pr�paeation All existing pavement, base, topsoil, vegetation, and any other unsuitable materiais should b� removed. The pavement subgrade should be proofrolled with a fully loaded tandem axle dump truck (or similar pneumatic-tire equipment). In areas to be cut, the proofroll should be performed after the finai grade is established. in areas to be filied, the proofroil shouid be performed prior to placement of engineered fill. Areas of loose or soft subgrade encountered in the proofroll should be removed and repiaced with engineered fiil, or moisture conditioned (dried or wetted, as needed) and compacted in place. Depending on the final grade of pavement, (imestone could be encountered near pavement subgrade elevation at some locations. Limestone encountered at subgrade elevation shouid be ripped to a depth of approximately 12 inches and recompacted. Lime treatment may be omitted in areas where limestone is� exposed at subgrade elevation. Project No. 08-1343 Page 10 �� � �� � �-� �',�'F �� � } � E � 4= Y � �� � Grading and compaction of pavement subgrade should follow the procedures outlined in the section entitled "Recommendations for the Placement of Controlled Earth Fill". The final grades must be such that drainage is facilitated, and access of surFace water to the subgrade materials is prevenfed. Solu�le Sulfat�s in P�vemenfi Subgrad� From our experience, relatively high concentrations of soluble suifates can be encountered randomly throughout the Dailas-Fort Worth Metroplex. Soluble sulfates can react with lime or cement, water, and clay minerals to create a new mineral called ettringite. Ettringite expands in volume upon formation, which can create heaving in the chemically-treated portion of the pavement subgrade. This sulfate- induced heave of the chemically-treated subgrade can manifest itself as slightly efevated and elongated mounds (commonly called "gopher trails") or blocks of clay subgrade thrust up and over adjacent subgrade. If present, soluble sulfates can occur in relatively small and randomly spaced locations. Analytical testing was performed to aid in risk assessment of sulfate-induced heave occurring. Analytical test results showing soluble suifate concentrations greaterthan about 2,000 to 3,000 ppm are indicative of elevated risk of heave occurring. The majority of the suifate tests performed from samples recovered from this site resulted in non-detectabie (ND) levels of solubfe sulfates (less than 200 ppm). lt should be noted that a ND test result does not necessarily indicate heaving will not occur. This is because sulfate- laden zones in the subgrade may be missed in the sampling process, However, in the residual soiis of the Fort Worth Limestone formation, sulfate induced heaving is typically not a concern. A copy of the analytical test results is atfached in Appendix C of this report. Project No. 08-1343 Page 11 �"T"�. ��. `_'�; =, � � �� �� �'�� ��� �: � F�� �� � T� � �- � ° �. � �� �� � � - General As previously discussed, limestone was encountered near the existing pavement grade at some boring locations, and we expect limestone to be encountered at pavement level grade at some locations during site grading, utility installation and other general excavations. The limestone can be hard to difficult to excavate and the contractor selected should have experience with excavation in hard limestone. All excavations should be shored, sloped and shielded in accordance with OSHA requirements. Groundwafer seepage can occur at the ground surface where limestone is at or near the surface. Subsurface drains shouid be provided in areas where seasonal seepage may be objectionable. The drains should consist of 6 inch diameter slotted drain pipe embedded in a free-draining gravel medium. The gravel should be surrounded by a geo-textile filter fabric to prevent the intrusion of fines, and the drains should be sloped down to drain to storm sewers or nearby drainage features. Subsurface drainage system should comply with specifications outlined in Section STS-021 of the Fort Worth Pavement Design Manual. Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because some swelling and shrinkage of these soils wiil result. Standard construction practices of providing good surface water drainage shouid be used. A positive slope of the ground away from the pavement edges should be provided. Also, ditches or swales should be provided to carry the run-off water both during and after construction. Root systems from trees and shrubs can draw a substantiai amount of water from the clay soils at this site, causing the clays to dry and shrink. This could cause settlement beneath grade-supported paving. Newly pianted trees and large bushes should be located a distance equal to at least one-half their anticipated mature height away from the pavement edges. Project No. 08-13d3 Page 12 ��� �� � $��� � � S � � �' _ t�a �-� �� � - i:ry . � � � ��co�������io�s Fo� Tw� p�c�����r oF COiVTRaLLED EART� FILL �il! and �ackfili �Viaieri�t� General site fiil in the construction area should consist of on-site material approved by the Soils Engineer. Imported fill should comply with specifications requirements descried in Appendix C of the Fort Worth Pavement Design 5tandard Manual, and.shou�d be approved by the Soils Engineer. The fiil material should be placed in level, uniform layers, which, when compacted, should have moisture content and density conforming to the stipulations called for herein. Each layer should be thoroughly mixed during spreading to provide uniformity of the layer. The fill thickness shauld not exceed 8-inch loose lifts. Prior to and in conjunction with the compacting operation, each layer should be brought to the proper moisture content as determined by ASTM D 698. The clay soils should be moisture conditioned to a moisture content that is between 2 percentage points below optirnum and 4 percentage points above optimum. After each layer has been properly placed, mixed and spread, it should be thoroughly compacted to between 95 and 100 percent of Standard Proctor Density as determined by ASTM D 698. Derasity l"�si� Field Density tests shouid be made by the Soils Engineer or his representative. Density tests should be taken in each layer of the cornpacted material below the disturbed surface. If the materials faii to meet the density specified, the course should be reworked as necessary to obtain the specified compaction. ProJect No. OB-1343 Page 13 .�-`.� r= -� - �- �; ,,.: _ �� .�`�,;� �: �`� LL�,� �a. �. .� �, . .� � - ��, _ __.,�_; � `t, t 3 � r €s �-,. CONSTRtJCilO�! O���RVAilONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. in the analysis, the geotechnicai engineer musi assume the subsurface conditions are similar to the conditions encountered in the borings. However, during construction quite often anomalies in the subsurface conditions are revealed. Therefore, it is recommended that a qualified firm be retained to observe earthwork and pavement construction and perform materials evaluation and testing during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additionai tests if required and, when necessary, to recommend alternative solutions ta unanticipated conditions. REPORT CLOSUR� The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions thraughout the sites; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. if there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, s#ructural loads or finish grades are changed, we urge that we be promptly informed and refained to review our report to determine the appiicability of the conclusions and recommendations, considering the changetl conditioris and/or time fapse: Project No. OS-1343 Page 14 « =.� a" s �� �� �e° �' ... �'.m � �tG "� fL � e �- +EZ f,�'t� �5�1 . �:� -- �'�l��i ��S "�'� �,1.'*"�v � r• �� � �6 4�. „_,r r � � i � T�, � S � This report has been prepared for the exclusive use of Dunaway Associates, L.P. and their designated agents for specific application to design of this project. We have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar focality. No warranty, expressed or implied, is made or intended. Project No. 08-1343 Page 15 ,� ��----:� _ �,� _jf � = � ;�.; ;� �� �g 2 �.1� ,��-,.� :.rj $�r �,, h '��,-r'-�- ��'.`�•y �,: ,�;'-Y+�,..^ v f E 3 , F # �`'- g _ �R_ ^3 ' ' t' �• : c�-. c-ri inv n�cn �c —_ ::�: a PIATE A.4 BORING LOCATION DIAGRAM CONTRACT2ATHROUGH2F MISCEL,LANEOUS PAVING IMPROVEMENTS REVISED BY: WITHIM COUNCIL DISTRIGT 2 REVISED BY: FORT WORTH, TEXAS APPROVED BY: � � SCALE; iJTS 081343.DWG DA7E: EG DA7E: 11-21-08 VICINITY MAP INDICATING DIFFERENT STUDY AREAS ` �� � � �� � � �� O" , � ' �o. . , ` �yS . -T . . . � _ 1 , . . , Qj.y , .`, _ O ' . .... . _.. , ��•�� ` �, � O�'�- , ` ..� •' Y / ' , � `'�:.,, � ., ! , , B=� ,, �? �-` � `�ts,y. ' �� � � ti. _ .. _ �, �` , _ - _ , o Y :, . �R _ � `.B 10: ', G�� �. B 8 , ' �'y �P . ���o _ . _ _ . . .. ,i :_ .. � _ . _ ,.. . � B .1:1 � . , . B-7 �,�,� - - :_ _�_.._:� _ _�:w _ ,> 1 ' �`f'� ' �B 12 � F B�-6 � ��s � , � ; � � 'k�r l '\ ' l � �: / ' \ " 1 � ' "" � � � .ti Q. I / � r . � � ; � j" M.._..{�... �_-� �. ; ..�� -j�0 ,,�"� ' 7 � � � � . 1; �[ � i � � �. , "' , , t i� f � j.;,r' j�..-.il_...�� I. � � I..--i. � f. s �. � ..` . ; '•�: r k . rf�. ,i j—�--� —E I , t(-- . - ✓`,�t',f � O� ;';'; .r ,�" '". � ,O',' j , :!_, t. � � i . - � , � j':l �. 'Lj \ .� � �� �, �.f... . 1 ...i�.._ ._f 1.....,_<<�...._..� � . . ' • �r�'�'' , /' ���`' � �� _r_ .t ••` t � �; .: r � ;��- � - J'�' ' �>.,; �L... ., i;' "._ , _ i __. .' r }, .. ;..� -�, '�1 ;r. .. -, ' �'"��'.�i ," . � � _, . . . ..�_... _ _.,. , . .. _. � � > .� - R:;14.� - d � o ; : ; � _ , . : �� , . . .. ... : . ; � : , , . .,, � - 4�� l � _ , � . ,� � ,' .E-t�,P _ F;% .�i,��$ . _ '� - � 30TH :' �-- ,, , "" -' �- ;� ' r 1 `-- ,,.. !� ,�_ : ; �;�:" ,� � ` s ` , ' .; B::,;�'S', '"lp�'� ; ,i';�,` ` - ` _�c::�:-.� i.._. i` �, ; � J�:.°' ' '` ," �� / /{ ti . .��b� /�/ "' �'7:�./ �`. /` ���� i I �� �i. � Si i r� } } ' t. .`ti ��, `, ,'/j �-..... J �.---ii ..- � �_.--{i-...,..y ' _ s.j' �.' i }.y,t.�� �'..._._.}t._._. : __._J__ .-_ � �...._ .'4..,_-: , •:\f /� l/�i -._'J�".". � �� '_ �� '_' �3_" � _ � i'.a � , ` "_ I'.- . i'. ' i . . . • . ..� ' � `.. .. . • • � J i . � . . � i �:V: :.�. . . �. l_ . . :� . : . .. f � : .•� � f � lt.. : i �... : . : . '� � . . .. __ _ _ � �, , `. /. :ti .� . � ,.�. . ." _ f� �. - . ,�;,� ' ,8�1,�' , ;�\4:'-,._ ..� .ij._ _� ��� % r _�(_. _i , �.___� _ , , � ,.r, r^4 �; , ...1 i._,.....,�--- � � t- , ''� . ' �•� ,f', ' � __.--;- -. ,_29TH�...._�;- : . � . ; �...:_Y -- _ _`� '• -• . � ; - B,� �.9�, '.�-. , � {�_= ; -tt.._ _ a� _ . . � . �~� - ' .._�i.__.,a i ;t t. � ; , . �F` ', , , .; . � _ i �! � ; . � �:?: _. ; _ -:. � �.. 's . . . .. . -_ ,.. . , ,;. . ,. . . . _ , . :; . �:�, �:: . . �. � - . , : > . �,. .. : . , . ... , � - :.. . . . .....: , 'LORAINE , _ , ,. . �; �: � :;.• ,o.�a�' ,B=20' . .. _ � ... . �. : ... �: /� ��� � y � _ --. ...__ .. . -. ��� f �` , . i 7 ..__._ .� t � � ;�' � Q� ' i�' . r•'` ' ' .. _ ' � i.. � . ; - , , , �'� .�; t z� '}I.�5{ 'l' _:_'7i50' �� , 'i� . � . �� ' � : ' ' '.,. ... . { �— � • ' • P •y,�` � f, �`- , ' �"_..� :� _ . I t....._, ` f....__. -� . . . ' � i, - ,!-„� � ' `:, `�,•' . r ..$.0 L�' ���f t .._ _?r ... ....1 . . . . .. _.,., - V , f .., �` -i � �,`. �.--�� I-'il-= ' i ir__ PLATE A.7A PROJECT NO: 08-1343 BORING I.00ATION DIAGRAM FILE NAME: 081343,DWC CONTRACT 2A � DRAWN BY• CM DA?E' 11 21 08 MISCELLANEOUS PAVING IMPROVEMENTS REVISED BY: DATE: �,�� ������� WITHIN COUNCIL DISTRICT 2 REviSED BY: DATE: FqRT WOR'iH, TEXAS APPROVED 8Y: EG DATE: 11-21-08 z i�.w o � z � �PRIi�ROSf . . - P:RIMROS� , . Q , � , _,... _m ._ ;. c� - _ . . ..., . . ...... . � . . . � � � � � j . , . . . , , '� . ... .�. I. .. .....-' , � �. : � . . � � . . . ... . . _ . . _.. . .... .. .�. . . .. _., ' � � � .... . . _.. ..'._: . ...._ .. . .., . . .. ..... (� ' ...... . . .... ._. '.._ .. . l _ � � ... ....,..., .. _ __. .. .__._ . . r. ...... � .� � � i ... . . - y ;.., . ' .,. �_.. -� ' � � . . , . : Y� CA ��� �� " � , j � • � , :i � � I ... } - � � I , . ; ; � ; � ;. , - I , , �, i `I1 ;� � _ _.R �; � , ��, „ � . , ,� �� ,� � ._ � �;�� ; ,� �� �� i � �.._ ' � . , ' , ._._ 'A� _.� _! . ; '_.. , .. . . : __. , . .. �_ .., - -- - (_ . .... .... . - - , - , - -- - - .� ; ; ` ; , + . , : , ; � ; � -; } � ; � , _ ; t i . ( � 1 11 ` 1 � 1 . , < , ; � ;� � , , ; . , . _ .. ._ OOK ; � ; ;. _ � , � , . � � ; � i . .. . ,. .._ , . .: �C .. . ...5. �-......,... .: _'"' .._..-' . (. . ; i � ._ �' � _ 1 i � + , 1.. . ._._.I . �... . .. . . ' � � �' , ', � ...,.�_... .....-�-....._ �._"1... '. : .._� .� � .._.._...... : � . 1 . � ., .. .... _ . . . . -.._. .__ . . . � . : � �. �.. ... i,. _._,,, ., �_,_. . , � . � . . . � - �j _ . .. . _" . .. . _ , . . . . . : : -„._ . . . !.. I , . . , : , . � . . . . .. . . . : . . �. . . � ,_,-.,. ._ . . . . . . . . . � . ' - •.' �� � =� . . . . , , - . . . . _ , . , . -. � i .... `. Q i . . . � , : ...._ . : � . . .. . . . . . . . . : , . .. . ._ . . , , . , '. .... . . . � ' . : � , .,� . - . , . ..., _ � . , . .. . �. .. . . . . . ..... . .. . :... ,. : . , .. : . . . '. . ,. . . . .. , . 1 ,� . . . _ � �� � 'd � r-- W-. . �: �. � x., �..' � ' � — -- _ _ . .... , .. _... _ .. J . � ;�' �.. �. ... _: ,. _. ..: _ . . _ Q:. :,�'. � . w FOI�D:. _, . .- . . _ W. ; : � --� o� DAL ,_ ... v - ,o . ,._ �` � ._ �.. � ..__ ..j .: , .,..._.: . - � ...- ...._ _.� ._ :�; :� . . _ . Q - ... , � _- .. . . . JEEF ....-� .:m . ,... . d w;. . � ; . :,; , . .. . ..�._ .. _ , . ._. �_ . � >.. �m : .. ,. . ;, , . : , _ .. .. , , ._ _ _ _. . ... .. . . ... . .. .. ..z v �; , . . � � . : -. : �� . _ j. � .. , . . . . ._ , . . ..._ ... .... . : . , � t , . . . . . . . i t Z � i ' .. � ' -, .. . ' .�. '� .. . :.. � � �....: ' . _.. . .. : . : � ' ,, � : . . ... . .: .. . . . . _ . � . � . �,. . ' „ ... ,. . . ;...: , ; . B R _ o :_. l D; ; ; _ ._ . . ; i � � , i � , � t {j �� ' ; 1Q i k =LILI/�N.',: ::, . . ; - ; ;�j, - _.. � r, i � � ; _. , . ; . , ., .. , , { ._ _ ._ .. .... _..7q].. _., � , � � - � ..�� _ 'y( ! - . _.. �� : � . _ , . ' � , . .,. .._..._, .... . - ._— - 121 i .._._ � � , ._ _. i � ._j; ...� _ ! � . _ _ _ _ , ; , ` , _--, � , _.. i �� , , � , _;_..__._�.' . : + s_`:_.,__; � _ �� .� r-;� Z'i :. -- 1 ; _. _ , .. � ._.. ., .,.. . _. . , , ,_.. . __��L- L- - - �-_ _ _if . _ _ � . .. �..� C _D.�LL.. _ _._� . _ . .... .. . � : _. : __ .... . _ , , .. . �- , . �- Z ,. . . , ; __ . ,.., . , . : ; � � ,•.:M�,t�1,RPFt - Y MAURI, �� � ' � : , � : . ..� • �IR01 ;. ..�._ ,� M.,, PH - ; _. . - . - . . , _ NIA . .. � � ;UR Y � ,- f � °°� ' ... _: B-2� _21 _,EMBR�Y _ � . _ ;,��". , ;. , t , ' 2�'. `, . B-23 _ _ - , �`2� - - : ___. _. _: .,, .:_ ; , � � � _ -�__ tz- . � , .. , �: � _ , . � � , ; � ... I , � j � ; � , i_ ? ._,; {��-- �:.� , . � G. -- ,, � t ; . � , � : ; M c,��M 4 E`; __` � l�>� , t . _. , .._ .:.:- ..-: M cL� OF�E ; � � t : i B-2� ; � �=� ' -� ^ � _ �� ... . � . , ! � � B �28 ; � . ;i �c - 26 � ' _ ' �_. i •�� . __�., _ � , ` r '�' - -i l-�� t �I � '7 I li = ' ' 1 ,! ' �.., .: . • � ' � � -1 ! 1 (' 1 I P I , t . . : � �� � � , �� � < < � I i � � � � �: � � v. L t } � �•• � 7 i 4 � ; ; ; . . � ""`' ' " _._ " � � , � �: � ' � , _' � . ___.._._. � L..---� _... . ' ' RA . .. ._ ' �_ _ .� s. ;_s � ; � � i 3 � _..._.....�._.x.� , ._. _. _--- _ . L_�__�_.._._ i _ � ' � .._ � � � �_ � � _ ��E..�.. .�.... r _ _. ..�.��� .... ,r : . ,....; '-', - � i - � "1,- i - .i f � .y ;t� 't_� ..,� � � `� �'-� -'-- :��''' . , , � 1 ; � � t _ r ,_ _ i � � �_....,.; � � , ( , 1 � . , . ('7 � 1 } � i � , , � i:='.:, `_ _ : s � ' � � ` 1 : CU (_.I . . ,t ' 1 ! ` ;_ i i �»:.�..: � - i,� - � i � i. Q��.�...�'..._ _ _ .. �-�-- � , : , : , .- :. ..,. .__. � ��._� - � •- ... � , .,_..._. __ . ,... _, � . , ,. ' � y � � . i�� — , � __.....a -..... _ _ .._ '_.. _ . : !.. � „ . .. . . . _ _. _.: _.,_. __. .... ...,.,. ,Q...... . . -- ,- � _ � �_ ' ..� , � �: : � , . .... , -,-..,. z : :- � --�._... ; � :.,.�.� ._ ' . _ � j ; -�- - . _ -2 ._ . , � ._;...�_�.. 3 DAMOIV=- ; i�:� 'D _ � .. � .. _._.--. __ .. .. , . . _..,. . ..._ . _ .. ._.. - A�{ER,S:. . . , : ; . _� ..... ... . , � _ _ - .. _. � . r i N a '.^ - . �.. - B 3`0 �- o �'r� - . . _ ._. .. : , , . _�_ . : _ . ; . : , . _.. . ;. - . ; �� . B ... - 4 -2:9� � v _.... : . :. � , MARSHALL. :. . : � �D:A pN� � . . � " _... ._ : , M .. . ._ ._.__. �... , � .-. ' : '._ �, GRAPEWOOD . ' _ � ; , ,- . : -- _ :GILLIS , . :.. �,' . ��NOBLE . : .._. ... .... ;.., i - � , � - � .: . � � , . _.. ..�..._.. , ; ., . .. ... : . . -- ._ ...... . . NOB . .. � __ .., _ . ,......�.. .. ._ LE ._ ,. . . . ,, . . ,. ,. _ . .. _. : __ _.. . . - , . ,, , -+. - . : . . : _...._ .._. ;._ � ._ i _ - . . ...._. _ _: . , � , � _� . • , ; .: . .. , „ :. .-� . ... . . . ., :... . ._ ... : . , __ ---.: :,.. ; --- ;:.. . , . : :... .. _ . , ....._._ , . ..,. ... ., ,.. . . _ __ .._.._ , , -: . . .. . �..._,; � : :.. ..;_ .._. . . ......:. . . : . .: . .. .: . . :. .. ... � .�..... _ � . , �:.,. .. . _.. .. �.. 3 � ; ; , - - • _.: - ... . . _.. . ._ . _. • , . , . � ; --;- -. . .: ,,_ ...... : .. ..... � _....._ _ ;. ; ;. , r � ;, , .4 . ; - _ � . ... PITTSBURG:_' ,..:--. ..i ....`..�.. - ' _.:.�_'_'_.^_ .. ! . .. _ ... , ; .. ..'.� '' �. .--�.�__ .__�..,._.. ._ 0 � _...: • .. -. _... '- - _.. .... . _, . ...._.._:' �.-. •, 25 ; _ :' 50 . ; •, , . . : : , . ... �� .__=-I .....: ... . . . .:__.._ : .... . .. , . . . _ . .;.:.. . ,. .... -`SCAL.E:1'�50' , ...__� .yl�.✓ ,__.` ,� s i.'_1,J_! u� ` , �. r4; �♦ ,T ���-��T�� � . , -i PIATE A.2B BORING LOCATION DIAGRAM OONTRACT26 MISCEILANEOUS PAVING IMPROVEMENTS WITHIN COUNCIL DISTRICT 2 fORT WORTH, TEXAS _ _ " ,_ ��r � " • 'NUI tF.S ' ,'....._.....,._.. . . PROJECT NU; 08-1343 FILE NAME: 081343.DWG DRAWN BY; CM DATE: 11-21-08 REVISED BY: OATE: REVISED BY: DAT�: APPROVED BY: EG DATE: 11-21-OS e�l %e�-'1 i� Projecl No. Boring Na Pmjcct paying Irnprovements Council Disto-ict 2, Fo�-t Wort, Texas ��� 08-13�i3 �-� _ �.��,��r�:��; UriUer Ground Elccaiion Locatiun ICearney Avenue Completion Completion Water Observations Dep�h 10.0' bate 11-5-08 Groundwater was not encountered during or vpon completion of Type driliing. Auger t— a o v av v� r— o ,� ,.. �o ,� Sfr�furt� ��scrip�ia� Z � � � � � N � �^ �� rno 0 0 ,.c.'� `c `rz �� o�a -�R- y o- ' ' �' � a; .° � •`-' .� '.��-+ x � a� _'� �" C � C'z .>�. w � w [nY o� �'� �vE roE ma 'o� '� bc�°a °u�m N._ O �' 10 N C C'C tO � Cn �' � (OC� dfn J_1 �.J d� �U �� T� ��F- ASPHALT; 3 inches BASE. 4 inches 42 ]9 23 4.5+ CLAY, silty, hard, bro�vn to light bro�m, �vith limesrone 33 17 ]b �`� 4.S�F fragmenis and iron staining (CL) 16 Il2 4.5+ 6336 5 28 36 l7 19 22 ] 0 4.5+ - with limestone seams below 6.5 feet 30 ] 7 50/3" SOTTOM OF BORING � � 0 � f- � C� LLI 2 a -� 2 ab 0 X U O � N LOG Ot� BURING N0. �-� �Pi��e .j�.7 �C�`r r�c�;?.� Piviect Vo. Boring No. Project paving Improvements Council T9istrici �, Fort Wo�-t, Texas ��.� 0�-1343 �-6 E'�('1'��'�R� Driller Ground lle��ation t.ocatiun Kearney Avenue Completion Completion �Vater Obsen�ations Depth � � �� Date 11-5-08 Groondwater �vas not encountered dur-ing or upon completion of �� YPe drilli��g. Auger �� o � v� r N �. � Z o u .� � .� v � Sirarum �escripiion � � o o �- � mo a U o .� � � � L Q �i � � m cn � v_ y'°' � mx T a�i m W �U" °O �.m aaE �E mv op Z'�a� ma�0i ccm � D cq � � mm av> :.�:� a:.� a � �U o� �� ��� ASP}-IAi.T. 3 inches BASE, 4 inches 2/10.5' 31 ]6 ]5 9 CLAY, sandy, hazd; brown to light brown, w�th (imes[one fTagnents (CL) LTMGSTONE, weathered; tan 5Q/2" 5 50/1.5" 8 SOI3" -�vith numerous clay seams below 7.5 feet 55 56 21 35 20 BOTTOM OF BORING � � 0 'w H 0 � ui z 0 � � � 0 Y U O � N LOG OF BOWNG NO. �-b P�at� j�..� ProjectNo. BoringNo. Project paving Improve�ents Coue��il Diste•ict 2, Fort Wort, 2'exas 0�-1343 ��� E1�I�71�T�1EI25 Driller Ground Elevation Location Kearney A.venue Completion Completion Water Observadons Depth 10.0' Date Z�-S-Og Groundwatei- svas not encountered dui-ing or upon completion of Tyne drilling. Auger o a a v o a, N c� 1- z p `�i c'� ��p a o �tP'�il.liT6 �'��CB'i�i601�B � � o o w � C o o � o �� � c � g n. c�°n c_: _n .c a +n . ai ° r :� � w. x � .°,3 � 'c c - X E a E V � o� Nn�i o�E ��E m�a o� 'u�i cm c�iam >, a� m ui C7 ro,_ o� co w c c•c cn o cn rr � m m a u� :i � a:� `a 5� t,� n� x tr >>>— ASPHt1I,T, 3 inches BASE, 4 inches 24 22 14 8 4 CLAY, sandy, hard, brown to light brown, with limestone fragments (CL) 40 35 17 18 5 5 SO 10 78/11" 8 LIMESTONE, weathered, tan 50/3" 8 BOTTOM OF BORING 10 0 m � 0 � ui z 0 a � � 0 Y • U O K � LOG OF BORING NO. �$-7 Pla�e �,g ProjectNo. BoringNo. Project pavimg Ir�aproveanents Cou�cil I)istrict 2, �'ort V6�ort, Te�s � 0�-1343 �-� ENGIN]EERS Driller Crround Elevation Location Kearney Avenue Completion Completion Water Observations Dept� �� Or Date 7�_6_p� Groandwater was not encountered during or upon completion of Type drilling. Auger a °- o a U N l� F- � v- Rt � Z o `�i .� 'a ,a � o �traturr� �escription L Q o o LL.��/l �o �o �o '� �� �L a c � c� � Q E (� � � 3 N> '� "=, t�/� � N N N,.+ = p) 'p 'O O La X >, a� ca w fi � o �� o',E m E m v'o p Z'�n� m d c c� v� o u> � � mm acn �� a:� a� �U n�a �� ��i-. ASPE3AI..T, 3 inches BASE, 4 inches 56 7 CLAY, sandy, hard, brown to light brown, with limestone fragments (CL) 51 28 16 12 10 $ 77 27 15 12 ii 79l10" 16 LIIvIESTONE, weathered, tan with occasional clay seams 50/3" 8 BOTTOM OF BORING 10 0 � � 0 � � z 0 a -, � O Y U O � � LOG OF BORING NO. $-� �j�t� �,, y� Project No. Boring No. Project ��ying Improveanents Cotancil Distriet �, Foa�'6�1�oa�i, 'I'exas 0�-1343 �-9 �iVGIiVE1GRS Driller Crround Elevation Location Kearney Avenue Compietion Completion Water Observations Depth �� �, I3ate 11-6-OS Groundwater was not encountered during or upon completion of Type drilling. Auger a °' v v� � N � ro � � ' a c '� '� '� e. o ��ra�um �escriptiora � � q o N� c' .D' n° 'c�'+ �= c� a c C c� E a E U 4 3 3 �N >'� =' � n=r � n axi �n .°'"' � p� �o 'a o L° ._ >, m m w G� 3� � d ff E m E co v o o �' �d m af°i c c'_ � n u� � � m m a u� J J a. :.� o. 5� t,� o� x oC �� t-. ASPHALT, 2 ioches � BASE, 4 inches 47 CLAY, silty, bard, brown to light brown, with limestone fragments (CL) 50/5" 5 50/5" 44 19 25 9 LIlYIESTONE, weatl�ered, tan with occasional clay seams 50l2" 5 50/4.5" 10 BOTTOM OF BORING 10 0 � r- � ui z 0 � �o 0 r U O K � LOG OF BORING NO. ��g ����� �.1 ]� Pro}ectNo. BoringNo. Project paving Improveatments Couneil �istrict2, Fo�-t `Ie'ort, Texas 0�-1343 ��� o ElV�ZiV���2S Driller Ground Elevatioo Locntion Y,oraine Street Complepon Completion Water Observa6ons Deptl� �� p, Date 11-5-08 Groundwater was not encountered during or upon completion of Type drilling. Auger a V o a��, V� f— N � w- �a ,� Z � V C� �� G, o ��CP��l.IV15 �'L��1'i�Jll�3� � a`�i o o � � c� ' o= � � C c a n°�. �' N,c.= E a. � U o 33 �y> �=' �=r �uKi yc �°' �m �,oro >, a� m W CJ p a ro w ir � �a E R v o o Z'�� �o m c c�c rn t� cn a rz m m a in :�t ::� a:.7 n. 5� c� ❑'S.' x� �� �- ASPIIALT, 4 inches BA3E, 6 inches 12 CLAY, silty, hard, brown to light brown, with limestone fragments and 'uon staining (CL) 38 i7 21 11 11'7 4.5•t- 5616 47 20 27 13 4.5+ 4.5+ $ 50/5" 10 zni.s 1a �iiis� BOTTOM OF BORING 10 0 � � 0 � ui Z O K � m O X U O � LOG OF BORING NO. ��� � �la�e 1�.� 2 n; � Proiect No. Boringi�b. Projcct paving Improo�ements Council Disfrict 2, Fort Wor�, Texas � � 0�-13�43 �-1 � Er(;t�;�:�RS Driller Gruund Elevation Location Loraine Street Compietion Completion Water Observations Depth �� �� Date � X_5_pg Groundwater was not encountered during or upon connpletion of 7ype d rilling. Auger �U (n F- N � .�.. N � Sirafum [3�scrip�ion � N �; m� o . � �w = � v � p C °� ° °' � ' �n N C v � ' � .�. a=i � :c °' � c 'm ,�° Q Y a o 33 �N> 'g=' N= �naxi N� �rn b=a o�x �. m m w Cr �� �a, vE raE mv oo c�'''� ma1°i c c��-° cn o cn � � mm ain :�:.� a� a_= �c� o� xcr ��t— ASPHAL7'. 3 inches BASE_ 4 inches 50/2" 2 CLAY, silty, hard, bro�vn to light brown, witl� limestone fragments, sand seams and iron staining (CL) 50l3" 34 l6 18 6 -wiih occasional limestone fragmenu and seams belo�v 3 feet 5 SO/4" 10 50/5" 50/2.5" BOTTOM OFBOR7NG �� 0 � � 0 � w z 0 � � 0 Y U O � ; LOG OF BORlNG N0. �-I I ��a�� A.�3 Project No. Boring No. Project paving Ianprovemenis Couneil I)istrict 2, �'or-t Wort, 7['exas 08-1343 �-1� ENGXNIE�RS Driller Cn�ound Eleva6on I,ocation Loraine Street Completion Completion Water Observations Depth 10.0' Date 11-5-08 Grotmdwater was not encountered during or upou compaetion of TYPe drilfing. Auger o � a °- o �n � o ,� .,- ,� �, � e � � a y ��ra�ur� Des�rip�ic�r� � � o � � rno 0 0�' � c =..a's � cn �N � n. n° � Q ° ' y� c �p u c� w c� n' � � � ,«+ � p) 27 'D o � 'k T � m w � o? � m c E m E m v'o o Z'�� m d c c.m v> o cn a � oo ao a i`n :� :� a` � n`. 5� c� r� �� t� >> F- ASPIIALT, 3 inches BASE, 4 inches 23 CLAY, silty, hard, brown to light brown, with limestone &agments and sand seams (CL) 12 116 4.5+ 3888 31 17 ]4 11 4.5+ ] 0 123 4.5+ 7776 5 4.5+ 4.5+ 96/11" 8 LIIvIESTONE, weathered, tan, with occasional clayey seams 50/2" BOTTOM OFBORWG 70 0 � � a � ui z 0 � � m 0 Y U O � � LOG OF BORWG NO. �-�2 �1��� A.14 , � Pr�iect No. B�iringNo. Pri�ject paving ]mprovements Council Dist►-iei 2, Fort Wort, Te�as OS-1343 �-�� E�(yl�!��,RS Drilkr (;round Ele�•ation Location I.oi•aine Street Compietion Completion Water Observations Depth 10 �� Date 11-5-08 Groundrvater was not encountered during or upon completion of Type drilling. Auger a� � � ��- � � � � � � o u � N o Straium Descripiion � � � o �� � o o � o ,� � � � q a � •i°n c 0. � "' R o � � N a a-1 t+ Y Y X "'' � � '� �D � Q •� � tq ' th +' � X �. aII'i m w �U' �� @� 6E m�E mv 'oo �''d c�ua`6i c c`�—° cn C� cn � � m m a u� a � a:.i d � � c.> 0'S x� >>}-- ASP}3.A1,7'_ 2 inches BASE, 4 inches 14 15 CLAY, hard; bro�vn to light brown, wiih occasional limesione seams (C}-� 14 117 4.5+ 56I6 6] 22 39 25 4.5+ 4.5+ 5 54 21 33 24 4.5+ 4.5+ 27 4.5+ 4,5+ 26 4.5+ BOTTOM OF BORING 10 0 � I-- O U'. w z 0 � � � 0 Y U O � �� LOG OF BORING NO.� �-I� �j�$� �,�� Project No. Boring No. Pmject p��,��g Improveanents Conncel I)isirict 2, �oa•t �oi•t, 'i'esas 0�-1343 �-1� ���7���� Driller Crround Elevation l.ocfl[ion Loraine Street Completion Completion Water Observations bepth 10.0' Date 11-5-08 Groundwater was not encountered during or upon completiob of TYPe drilling. Auger Q� o � . � � N � �. � ,� � � � o U ,Y3 � N o Straium i��scrip�ion ��, o o N N � o� a � o,� a=_= a ��� �� E a � U o 33 ��> '�=` �in= Naxi �� a'� cm c°�vm >, cu m w CJ �� �� v E �v E m v o o Z'�a� m a� c c•c �n � c� � � mm au� �� a� 0.5 �U 4� z� »F-. ASPFIALT, 3 inches BASE, 4 inches 17 4.5+ CLAY, silty, very stiff to hard, with limestone fragmenis 4,5+ and seams (CL) 38 17 21 17 114 4.5+ 4752 18 4.5+ 15 112 4.5+ 4032 5 16 3.5 4.5+ 16 4.5+ 4.5+ I9 4.5+ BOTTOM OF BORING � � 0 � r 0 � ui z 0 x � � 0 X U O K N LOG OF BORING NO. �$-� 4 ��ate A.o i b ProjectNo. BoringNo. Project paVlllg IiTlpl'oVeIllentS COUt�Cil I➢iSgi7Cf 2� �+'orf Wol'$9 Texas OS-1343 �-1� EN�IIVEJGRS Driller Grou�d Elevation I,ocation Loraine Street Completion Completion Water Observations Depth IQ �, Date 11-3-08 Groundwatei• was not encountered duriug or upon completion of TYPe t1171�1llg. Auger avo � o m N +-' ^, rn f- Z p �i .�3 �° � y o ��ra�um Descripcion �� o o N N � o,� a,; ;.� � � C� a ��� �;� E a E U A oo Nu�i cE mE c�'av o� �'w �m c°�vm >• d ro W Gi m,_ o c�.' m d c c•c � C� tn � tY 00 00 4 tn ..I .J 0._I n. �� U O� T� � � F- ASP��IAI..T, 2 inches BASE, 4 inches 51 2l 30 19 CLAY, bard, brown to light brown, with limestone fragments and iron staining (CI� 27 20 5 4.5+ 4.5+ LIMESTONE, weathered, tan, with clayey seams 50/2.5" BOTTOM OF BORING 10 m 0 � � 0 � w z 0 � 'y � 0 Y U O � � LOG OFBORINGNO. �-X� Pla�e A.�7 � �d� �� Pr�jeci No_ F3nringi�o. h��l«t paving Impro��ements Counci! District 2, Fort Wort, Tex��s �.� � os-13�� �-16 ���t;i�r� �z�; Driller G�ound l:lc�ntiun L.ocation Loraine Sireet Completion Completion Water Observations Depth 10.0' �at� I1-3-08 Grovndwater was not encountered during or upon completion of Type drilling. Auger ' F-- a o � a �n � `� v- m ' z � � c'� �� a �fratum i�escription � " � C m� o o�' �' �'` '= g a �' N c= � = a o o NN C� �Y �� �x y� �.c ,�" cmm E a � U o 33 �N> '�•- in•- inm Nc °' cm �vcXo >, a� m w Ci o o �� a- E c� E�u v o o Z'�� �a a, c c•� cn o v� � � mm acn :�:.� 'a� a ��� o� _� =�f- ASPHALT, 3 inches BASE. 4 inches 22 4.5+ CLAY, hazd, brown to fight bro�m_ with limestone 4.5+ fragments and iron deposits (CH) 14 ]]9 4.5+ 14832 52 21 31 20 4.5+ 4.5+ 5 I8 4.5-F - with limestone layers below 6 feet 33 16 49 BOTTOM OF BORTNG � � � � � 0 c? i 0 a m 0 x U O a �� LOG OI= BORING NO. �-I b ���te ,�A..� � ProjectNo. BoringNo. Project �aving Improvemerets Co�ncil I)istrict �, �'ort Wort, Texas 0�-134� ��� � E1V�YIv�lEIEZS Driller Cmound Elevation I,ocation Loraine Street Completion Completion Water Observations Depth 10.0' Dnte 11-3-OS Ground�vater was not encountered during or upon completion of Type drilling. Auger �— a c a�i uJ FU- N v- t�a Z o � .� � �p N o Straium �escription � � o ,� � C mO o v o •� � C C g p�, � tA C� � �p. � U n �+ � N > > ',N` � N � Iwll N N C � � G i9 V 'O (�6 T a� ro W Cl p Q � v v E m� ro'� O O Z' � m a� c C'._ tn ❑ fq 2' Ii 0] [� 0.!q J.J n. J n. c� U A� S OC a � 1-- ASPIYAT,T, 3 inches BASE, 4 inches 4.5+ CLAY, silty, bard, brown to light bro�vn, with limestone 37 17 20 18 4.5+ fragments (CL) l9 105 4.5-F 5040 17 110 4.5-� 5081 35 83 37 17 20 11 5 LIMESTONE, weathered, tan 50/2.5" 50/3" 50/2" BOTTOM OF BORING 10 0 � r- � � z O a � � Y • U O K N LOG OF BORING NO. �-� i . Plaie �. �� Project No. BoringNo. Project paving �mprovements Co�neil I)istrsct �y d�O� YYOY6y'I'ex�as 0�-1343 �$�� � �IV�YI��ERS Driller Grow�d Elevation I,ocarion Menefee Avenue Completion Completion Water Observadons Depth �� �, Dace 11-3-0$ Groundwater was not enconntered duizng or upon completion of Type drilling. Auger o ro a (a'j d ;: cnH z P � _� � a o �tratur�n �escrip�ion � � o o LL e �� o � o .� � C C,�; a C N � ro E a E U O 3 3 �� >>=� N- N N N � �°� c� u v.m >, a� ro w C7 0o ro� a�E �uE mv oo Z�� mm cc� cn a v� � � mm arn �� a:� a5 �c� os xa »E- ASPHAI..T, 3 inches BASE, 4 inches 22 34 11 17 l0 CLAX, sandy, stiff to hard, bro�vn to light brown, witl� limestone fragments (CL) 10 25 IS 10 1D 10 5 20 107 4.5+ 5184 38 17 21 16 4.5+ 65/9" LIMESTONE, tiveathered, tan with clayey seams 76/9" BOTTOM OF BORING 10 0 � F O (7 lL Z � K 7 � 0 Y U O K � LOG OF BORING NO. ���.� ���$� �o�O Q8-1343 ���9 priller GroundElevatio CompleHon Comp]edon Depth ��.�� Date 11-3-08 Type O E � I'avin� Improveraae�ts Couneil I)istt-ict 2, �oa-t Woi•t, Tex�s Menefee r�.venue Water Observations Groundwater was not encountered during oi• upon completion of drilling. �, �_ H n, o v a U � ,� t� F- N �.., �- �o „- � � ' � c� ��4 .°�9�CUa�CIlBYI LJ'G�'���'Ip�C16ii � �' , -u``..,� rno e o �' ��' = "' " °' ° c @ � o o C U U y� C'�'' Q G N,-` n_ � U 0 33 'N> s°= m�= Nai ya' �rn vv o i-°'u a� ro W CJ �� �w aE roE ma 'oo Z'�� ma�°i cc`-�.° Q cn a tr wm aii� �� a`:� a5 �c� o� zc� ��F- LA Y, sitty, hard, brown to fragments and seams (CL) 5 10 m 0 C E- 0 c� ui `o � 17 LOG OF BORING NO. �-I 9 �ia�e .A<21 , - — ProjectNo. BoringNo. Project p�viing �a��arovemeuts Cot�ncil I)istrict 2, Fort �Voa-t, Texas � OS-1343 ���o ]ENGTNlGET25 Driller Ground Elevation Location Menefee Avenue Completion Compiedon Water Observavons Depth 10.0' bate 11-3-OS Groundwater was not encountered during or upon completion of Type drilling. Auger t— a o � 0. U N .�., NH � w Z � v c� �� p_ o �traiurro �esc�ip�ion � �i o o �� c' .�' � o u � c c� a c � � m -° a E U 0 �3 �> ��= in`s NaXi N� ��' c� c�i�m �, N co W U' O O � N ff E tC E c6 'O O O �' � lo m C C'C Cn o Co �' a' `mm n.tn J.J n`,J a��Ci ❑� 2d' »}- ASPHALT, 3 inches BASE, 4 inches 27 28 16 12 10 CLAY, sandy, very sti�'to hard, brown to light brown, with limestone fragments and searns (CL) 69 17 5 89/9" 14 49 21 16 24 BOTTOM OF BOI2ING �� e � 0 � w z 0 � � ca 0 Y U O � LOG OF BORING NO. �—�O P��i� L�.o�Z ProjectNo. BoringNo. Projeci paving Impa•ovemea�ts Councal I)istri�t �, Fort VVorQ, 7l'exas 08-1343 �-�� �NGYN�ERS Driller Ground Elevation Location Murphy Street Completion Completion Water Observations Depth 6 �, Date 10-24-08 �round�vater was not encountered during or upon completion of Type drilling. Auger o v o v � !U- N v- ro O `�- 'p '+' Z n v C`� i3 Q. � �iraium �escripiion t Ll. ° � �> N C 41 b aT i+ a3' i'3 % 7.� �'� 'D � ,O �. � {/� w W N ro � Q � (3 � O p y 7 �� '_ N'- N N VJ G � G f�6 f� 't7 N �, m m w C1 � a, aE m E mv o o Za� ro a� c e•� � o cn � tr mm a�`n �� a� n. ��t� c�s �� ��f- ASPHAT,,T, 2 inches BASE, 4 inches 6 19 NP NP NP 6 FILL: Sand, silty, very loose to loose, reddish brown, with gravel (31vn _ 4 6 3 NP NP NP 7 -refusai at 6 feet 5 BOTTOM OF BORING 4 � F�- O �7 LLI Z O a � � 0 x U O � LOG OF BORING Nb. � ��. ���i� .E�.�� Project No. Boring No. Project p�ving Irnpa-oveIIue�ais Counca� Dasirict 2, �'ort �Vort, Texas � 0�-1343 �-�2 EIY�7N��ERS Driller Ground Elevation Location Murphy Stree� Completion Comple6on Water Observations Depth �Q S, Date �0-24-08 Groundwater was not encountered dui-ing or upon co�plefion of Type drilling. Auger i-- a ci. U N m t� !- Z o c"'i c'� � ro o. o �xra�i�rn �escripiion �'- � e p �� c= o � o u ` c c.�s n, c��� ,o � n' ❑ 3 �S 'u� ai ° .�.: ::, ;�.: :c, x N �: � � a v o `�° 'k � a"'i m w c� o� @,� vE c�'o E ma 'oo �''� m c�°i c c� r� rn � � m m a u� J J `a :� a 5� U c� � x� » I— ASPHAI,T, 2 inches BASE, 4 incbes 13 24 14 l0 7 SAND, clayey, very loose to medium dense, reddish brown, dry, with gravel (SC) 3 2 21 7 5 . z 9 7 1'7 10 BOTTOM OF BORTNG 0 � � 0 � � z 0 � � � 0 Y U O � �,OG O� BORING NO. �-22 �l�te ,A..24 1'roject No. Boring No. Project p��ing Impa-ovean�nts Coaancil Distric� �, Fort i�Vort,'R'exas 0�-1343 �'-�� �I�T�INIEERS Driller Ground Elevation LocaUon Murphy �treet Completion Completion Water Observations Deptn x0.0' Date X1_�_pg Groundwaterwas not encouutered during or upon completiou of Type drilling. � Auger o 'fl d U �.�j w.. m N F y.- 'a z ' a c '� ' � n. �tra�urr� �escripiion � u`"i o o =' N c' ro� o° n ?� c� a. c � �`m � Q, E �3 �N> '7� in=� aaXi !�c �� c� c°�'�om � w m w Gi o o m d �s E �v E ro�o 0 o Z'�� m m c c•c '• ❑ cn � � m m a �n ::i ::i n`. ::i a 5 � c� o'S s � � � ►— � ASPI-TALT, 4 inches BASE, 2 inches SAND, clayey, loose to meclitun dense, reddish brown, 18 2'J 15 12 8 dry, with iron staining (SC) 7 25 14 5 13 5 17 10 � 17 8 BOTTOM OF BORING 10 0 � � n c� � z O � � c5 0 Y U O � LOG OF BORING NO. �-2� ��a�� �•�� ProjectNo. BoringNo. Project paving Improdeanents Cou�cil I)istricf �, Fort Wort, 7'exas 0�-1343 �-�4 �iV�l[NIEIEIfZ� DrilIer Crround Elevation Location Murphy Street Completion Completion Water Observa6ons Depth 10.5' Date 10-24-08 Ground�vater was not encoantered duri�ng or upon completion of Type d rilling. Auger 0 �-- a c N FV- N r-. � O o '� � �v 'p ,9 Q o ���'��1.!►Y) ��SCPIp�@O� � '� � � LL � �= o � o �� a c �,,-s' n°', c v°� c= 0 0 �nv� v N°�' �� �o� o-L°X E a � U O 33 ��> '�= N= '�urw , c cm uaco �, u� m w CJ �� c� � o� E m 6 ca �v o o Z'�� m a� c c•c u� o cn � � mm av� �� a;.� a��c� ❑� �a ��t- ASPF3ALT, 2 inches BASE, 4 inches 16 26 16 10 4 SAND, clayey, loose to medium dense, reddish brown, dry, with iron staining (SC) 5 10 27 26 15 11 8 5 i� 19 10 17 10 BOTTOM OFBORING 0 � � 0 ui z 0 � � 05 0 Y V O � N LOG OF BORING NO. �-24 .�IB�� f�..Zb � � � Proieci i�o. (3nring No. Projcci p�y�ng Imp�-overnents Councal �istrict 2, Port Wort, Texas � OS-1343 �-2� E\�;1\'#��:R�; Driller Growid Ele�•ation Loeatian ]�olden Street Compietion Completion Water Observations Depth �p $� Dale 10-24-08 Groundwater was nat encountered dnring or upon completion of Type drilling. Auger av0 o a� tn F-� N ,�, �- � ,�- � � o C> .� � -p N 5tratutn Description " = Z � d � °� w �= � � � ° °' °� � � LL... 6)0' e o � C� .n ,'C,, a c o In Vl '� tli � a-P b:+ +i' a+ X y� � p� '6 't3 O•� K E ¢ � V q oo Nai aaE mE rov "o� d cm vvm ). N (0 W C�J N..- O �'> N 01 G C'i fn ❑ fn d' � fACO n.fA JJ d_1 2 c �U 07 Sd' ��1-- ASPHALT. 3 inches BAS�. 2 inches b 24 8 SAND; elayey, medium dense, reddish brown to brown, dry, with gravel and iron siaining (SC) 71 - with more silt below 3.5 feet 38 28 ]7 13 4 8 5 23 20 27 8 �Q 30 BOTTOM OF BORING 0 � � 0 � w z 0 � m 0 Y U O � ;� LOG OF BORING NO. �-Z� PIatC .A►.Z7 Project No. Boring No. Project paving Impa•ovements Cotincil Dist�--iet 2, For# 4�Vo�--t, �'exas � 0�-1343 �-26 �IVGX1V�1E145 Driller Ground Elevation Location �3olden Street Comgletion Completion Water Observations Depth �� �� Date 10-24-08 Groundwater was not encountered dui-ing or upon completion of Type drilling. Anger t- n. � v a� N � �n ►- w �-. m w ' Z o Q, c'� °�° o. a �tra�um Descri ption � � ; o �(� =�A C � .� o � � � � � � � a � � . � � "O p_ � (,) C] S 5 N> 7'� N 1'�` � d !n C=� C N U''�U N � a� m w C9 0 o ro m a� E m E m v o o Z'�d m d c c•c � ❑ cn � � mm air`� :a;:i a:.7 a ��U cl'S z� ��f- ASP�IAI.T, 4 inches BASE, 2 incbes 19 7 SAND, clayey, loose to medium dense, reddish brown, dry, with grave] and 'uon staining (SC) 5 23 19 4 9 5 28 32 17 15 14 5 - with hazd siliy clay layer from 6 to 7 feet 37 16 21 12 119 4.5 5760 12 10 � 18 13 BOTTOM OF BORING i a 0 � � 0 � ui z 0 � � � a Y V O � LOG OF BORING NO. �-�f ���$� �•2� Project No. Boring No. Project paving Improvemen$s Council I?astrict 2, F�rt Wort, Texas � 08-1343 �-�% �IVGINlEERS Driller Ground Eleva6on Location McLemore Avenue Comple6on Completion Water Observations �eP� 10.5' Date X0_2�_pg Groandwater �vas not enco�tntered during or upon completion of TyPe drilling. Aager av N v �t�aiurn �escrip�ion � � z � �' °' � � � � � ° ° Q � � a—�i o�° o yN �° .o\ U° U 3� C� 0.c C�ro ,., m x E n, � c) A 33 �N> 'a� N=r Naxi !�� �°' cro c°�vm � � W � oo �d trE roE mv oo �'�� rov cc•� � o v� � cti mm acn JJ a� a. F�U o� z� ��►— ASPIIALT, 6 inches SAN:D, clayey, loose to mediurn dense, reddish brown, 18 26 15 11 5 dry, with gravel (5C) 8 17 4 12 6 5 1s i s Za 7 1� � io BOTTOM OF BORING 0 � � c°� u1 z 0 � � �b 0 Y U O �� LOG OF BORiNG NO. � L`% �j��� Ae�9 ProjectNo. BoringNo. Project paving IYuprovements Couneil District 2, �'o$-t Wort, Texas OS-1343 �-2� EIYGIIV�]G�S Driller Ground Elevation I,ocation McLemore Avenue Compietion Comple6on Water Observadons �ep� 10.5' Date �0_z�_pg �roundwater was not encountered during or upon completion of Type drilling. Auger H- a o � � c�nr z o ,� G� � Q o gtra�um uescriptican � � o o LL[ Co p Vo •v � G C,� d C N C.� 'n '� n' 0 3 �3 'u� °' �° .�.: 'r.. ...: :.. x N °' � � a 'v o L° 'x E a E V oo Nm a�E m�� m� o� �,'y cm c+a�v >. a� cv W Ci ca ._ o m a� c�•c cn o v� � cr mm acn ;.�� `a� a5 �c� o� xtz »}— ASPHALT, 6 incbes SAND, clayey, loose to medium dense, reddish brown, 8 39 6 dry, with gravel (5C) 5 9 7 5 11 2S 9 I8 l5 12 10 BOTTOM OF BORING � c o • � � z 0 � ti � 0 Y V O a � LOG OF BORING NO. ��2� �1�$� �o�O ProjectNo. BoringNo. Project pavin� ImproveYnents Cout�cil IDistrict 2, Fart VVort, T'exas U8-1343 �-29 lG1V�iNE1GRS Driller Crround Elevation Location Damon Avenue Completion Completion Water Observations Depth 10.5' Date XO-24-0� Grovndwater �cvas not encountered cluring or upon complefion of Type c�rilling. Auger av N ° cn F- �... 4- � �.. � , o a � � '� � y o �tratum ue�cription �� o o LL�n; �= o �o •� �� �� a � �_� -Q a. E U � 33 N> �'S N=' yaxi Nc =m �m cbi�am T a� ro w C! oo rom a-E mE mv oo Z'�� Ra� cc•� i/3 � (4 n; OG 0f1 m ¢. lq J J 0..1 fL C� U t] �S 2� �� 1- ASPHALT, 6 inches SAND, clayey, medium dense, reddish brouro, dry, with 14 14 13 1 gravel (SC) 10 3S 12 CLAY, silty, hazd, brown, rvith iron staining (CL) 39 1� 22 14 120 4.5+ 9156 5 4.5+ 12 l26 4.5+ 10248 4.5+ 11 4.5+ SAND, clayey, medium dense, reddish brown, dry (SC) 19 10 . BOTt'OM OF BORING 0 � � 0 � ul z 0 � � 0 Y ' U O � LOG OF BORTNG NO. ��29 ����� �•�� � � Prt�jecl No. f3oringNo. Projecl paving Imp►•ovements Courtcil ]3ist�•ict 2� �'OCQ WpI'l� �eXrlS ' � O8-]3�3 �-30 F��t;t��ER� Uiiller Ground Elc��ation Location llamon Avenue Completion Compietion Water Observations Depth �� �� Date 10-2d-08 Groundrvater was not encountered during oi• upon compietion of 7YPe drilling. Auger r- °- a aa, a N I�- N � � �y �, z � Q �� �� � �tratum �escription � N W � �� o o �' �'y = a � �° _= o � o o N �� � � Y� �� �.,�� 'L1 Q � (� � ��j N 9 �^ N- t� N!n C � G Rf U'� t6 �, a� m w Ci o� � m Q E m E ca v o o c�^�� co a� c c•c c� o cn � � mm a.ii� JJ a� a.� �U ra� x� ��E- ASPHALT. 6 inches SAND, silty. loose, reddish bro�m to brovm, dry (5Mj 3 0.5 0.5 9 15 NP NP NP 6 CLAY. silty: siiff; reddish brown (CL} 9 39 47 19 28 18 5 0.5 SAND, clayey, medium dense (SC) 13 14 22 BOTTOM OF BORING � � 0 � � 0 � ui 2 O K � 0 Y U O � N LOG OF BORING NO. �-�O P'late A.32 S�iL. O� �OC�C i"YPES �� , GRAVEL LEAN CLAY LIMESTONE g � 0 �a a a �� o SAND � m� SANDY — SHALE � a 0� o SILT SILTY , ' . SANDSTONE HIGHL.Y CLAYEY " CONGLOfVIERATE Sheiby Auger split PLASTIC CLAY Tube Spoon iERMS C1�SCRl�It�C C�NSlSl'ENCY, CON�1i10Ny At�D Si�IJCI'IIRE OF SOIL Fine Grained Soiis �Mor� tnan 5o°/n Passing No. 200 Sieve) DescripQive Item Penetrometer Reading, (tsfij Soft 0.0 to 0.5 Firm 0.5 to 1.0 Stiff 1.0 to 2.0 Very Stiff 2.0 to 4, 0 Hard 4.0+ Coarse Grained Soils �Mo�e tna� 50% Retained on No. 20� Sieve) Peneiration Resis4ance Descriptive item (blows/foot) . 0 to 4 Very Loose 4 to '10 Loose 90 tp 30 Medium Dense 30 to 50 Dense Over 50 Very Dense Soil Structure Calcareous Slickensided Laminated Fissured Interbedded Relative Density 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to � 00% Rock Core Cone Pen No Recovery Contains appreciable deposits of calcium carbonate; generally nodular Naving inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand �r silt Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES �F ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, __ and iron oxide are common cernentinq materials. Degree of Weathering Unweathered Slightly Weathered �' �red � L ' ,ely Weathered Rock in its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency, texture, and general appearance approaching soil @��� �'O �1.�S�IFl��'Tl�� ��D �YI!���L� PL.�T� e�o6� Major Divisions ` a� a' �n a"'i m m c � � 4:. • � o c rn � o � w � o I U N � � � '� I N v- � U � .� ��� � > > c�`� 'c��n � (L6 O � t� V C � � � � O N „_, z c ��v�E� a � � � � z c .-� °�' a� a� � ,fl c � � N `� � � U ,� � O ? � O � � � rn � C� � c ro �ro � ` � � � � c p � � C 4= (� � V! � C a� '� � � �. � 0 O U •N � N v� U � a � � � � � � .a� � � � N w m o �r o u� v +-� � � Z C o � E � ro � @^ c� �°'c � � � `� � �U O � Q � Q 0 �n c � �� � U N � . -a a� N �� o u, E N = ci � -° Z � t3' c c� � �� _ � 'o °� � � a � a� � c o 'ro •`� u� p� (p G c ° u, »'s@- � ro � � E .� 0 � ro rn 4- � ''= � �o � '� � _ w � a :� � v ... Grp.I Typical Names � Laboratory Classification Criteria Wefl-graded gravels, gravei- � 2 � �eo (�ao) GW sand mixtures, little or no u, C�= — greater than 4: C� ----- between 1 and 3 fines �N ��� �io X �so -o !� U `� c � � � Poorly graded graveis, gravei �ro � � � GP sand mixtures, little or no � ��n �n Not meeting all gradation requirements for GW fines '� a ti � o U` � 'o U � �, �� � Liquid and Plastic limits GM Siity graveis, gravel-sand-siit ,� C7 �? �� Liquid and plasiic limits below "A" line or P.I. mixtures =� �� greater than 4 p�o[ting in hatched zone �.N :� between 4 and 7 are a� o � �n borderline cases Li uid and Plastic limits Clayey graveis, gravel-sand- 'N N � � a requiring use of dual GC c o : a� above "A" line with P.I. clay mixfures •,� z : c symbols � � : '� greater than 7 r o� �o Well-graded sands, graveliy "' � ` m �so (p3D>2 SW Sands, little or no fines m y �o=p�o 9�eaier than s: �c- D x D between i and 3 �. C 10 60 Ln p Poorly graded sands; c�a ,� � »� � SP graveliy sands, little or no c� � � : Not meeting all gradation requirements for SW fines `�n° � � a �; O o QN � �n u, �n •- o a� � � ro a`s Liquid and Plastic limits SM Silty sands, sand-silt � U N�� N below "A" line or P.I. less Liquid and piastic limits mixtures �, ,. � � u, ,- o a o� p p than 4 plotting between 4 and 7 ma o N J�� are borderline cases = m a Liquid and Plastic limits requiring use of dual SC Clayey sands, sand-ciay � �� above "A" line with P.I. symbols mixtures � � � greaterthan 7 Inorganic silts and very fine ML sands, rock flour, silty or clayey fine sands, or clayey silts with slight piasticity lnorganic clays of low to CL m���um plasticiiy, graveliy clays, sandy clays, silry c)ay: and lean clays OL I�rganic silts and organic silty clays of low plasticity MH CH OH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity, fat clays Organic clays of inedium to high plasiicity, organic silts U o, �' 'o Pt Peat and other highly org I � O N SOJIS so so CH n 30 o OH a d MH �� 2 CL 1 4 4`'+�' ;=�fl ��` ML a d OL 0 0 10 20 30 40 50 60 70 80 90 100 t�PdIF1E� SOIL �LASSi�l�Ai'i�N SYST'�M Liquid limit Plasticity Chart F'LATE �►.61 �!lniELL TEST R�SULiS �ROF'OSED PA'1/Ei'�ENT' IMPRO!/E��NT'S COUFdCII. DIS7'RIC'T 2 FORT 1NO�TH, 'T�,S SiL PRAJ�Ci Ncaa ����1343 �orBr�� ��rnple Depth �iquid �'lastic Plastici#�/ Initial F'inal Lo�d ��eil ��r�ll (ft) Lirni# Limit Bndex MC (%) MC i%� (psf� (%) Ratio B-2 S-2 2-3 71 25 46 28 31 312 3.1 3.72 B-3 S-2 2-3 68 23 46 �5 32 312 6.0 5,04 B-4 S-2 2-3 $1 28 53 2'1 30 312 3,2 3.07 B-5 S-1 0-2 42 19 23 14 21 125 2.3 1.8 B-'10 S-3 3-4 47 20 27 13 20 437 4.8 3,2 8-12 S-3 3-4 31 '17 14 1'I 16 437 0.1 0.12 B-13 S-3 3-4 61 22 39 24 27 437 1.3 0.55 -'14 S-3 3-4 38 17 21 18 '19 437 0.3 0.36 B-96 S-3 3-4 52 29 31 20 22 437 3.8 2.7 � B-'17 S-'] 1-2 37 17 20 '18 18 187 0.7 0.5 B-19 S-3 4-5 38 17 21 16 18 562 0.3 0.36 B-26 S-4 6-7 37 � 6 2� � 2 9 5 812 0.1 0.12 8-29 S-3 4�5 39 17 22 14 16 552 0. � 0.06 B-32 S-3 4-5 37 16 21 14 17 562 0.3 0.18 B-33 S-2 2-3 56 21 35 13 19 3�2 6.1 3.66 B-34 S-1 0-2 �47 18 29 14 18 125 �.9 �.14 B-38 S-� 1-2 73 26 47 29 30 187 3.3 1.2 B-39 S-2 4-5 57 20 37 11 18 562 0.3 0.36 B-42 S-� 0-2 55 21 34 19 21 125 1.1 0.66 8-47 S-2 2-3 30 i 6 1�+ 9 5 i 9 312 1.2 1.15 B-47 S-3 3-4 28 15 13 12 17 437 0.0 0.1 B-51 S-2 2-3 55 20 35 22 26 312 2.7 3.24 B-55 S-2 9-2 45 20 25 � 6 24 187 0. $ 0.67 Q-55 S-3 2-3 44 19 25 10 29 312 0.3 0.25 Plate A.62 LINIE SERIES T'EST RESULTS GEOTECHNtCAL 1NVESiIGATiON PROPOSED PA►VFI�Ei�i Ifttl�'ROVEMEP�iS COUiVCIL DISTRICT 2 �ART lNOR7H, TE�S S�L PROJECT 6�0. 08-1343 �oring No. Depth D��cription Percent L,iquid Alastic Plasticity (ft �.ime �%) l.irnii (LL. Limit PL Index (PI) B-2 �-2 Clay, dark 0 57 2� 36 brown to 3 NR NR NR brown 6 55 34 22 9 NR NR NR B-3 3-4 Clay, dark 0 �9 19 30 brown to 3 NR NR NR brown 6 5d 29 21 9 NR NR NR B-5 0.5-2 Silty Clay, 0 34 18 16 brown 3 34 24 10 6 35 30 5 9 39 36 3 B-7 0.5-2 Sandy Clay, 0 22 14 8 brown 3 25 21 4 6 25 24 1 9 NR NR NR B-� 0 2-3 Silty Clay, 0 3� 15 16 brown 3 35 22 13 � 6 35 26 9 9 35 30 5 B-15 0.5-2 Clay, brown 0 46 20 26 3 NR NR NR 6 46 34 12 9 NR NR NR B-17 0.5-2 Silty Clay, 0 37 17 20 brown 3 36 23 � 3 6 36 30 6 9 36 34 2 Plate A.63 �ori�g ido. Depih D�scription Perceni Liquid Piastic Piasiicity {fi) Lirrye (%> Limit (LL) Lor�,it (PL) 9ndex (PI) B-18 2.5-4 Sandy Clay, 0 25 16 10 brown 3 28 22 6 6 29 27 2 9 30 29 1 8-20 0.5-2 Sandy Ciay, 0 27 15 12 brown 3 30 22 8 6 30 25 5 9 30 29 1 B-26 2-3.5 Clayey 0 23 14 9 Sand, 3 23 20 3 reddish 6 NR NR NR brown 9 NR NR NR B-27 0.5-2 Clayey 0 26 15 11 Sand, 3 24 2Q 4 brown 6 23 2� 3 9 23 19 4 B-29 0.6-2 Clayey 0 14 13 1 Sand, 3 15 14 7 reddish 6 15 14 1 brown g �5 �4 1 8-31 2-3.5 Sandy Clay, 0 21 14 7 brown 3 22 20 2 6 NR NR NR 9 NR NR NR B-33 1-2 Silty Clay, 0 37 17 20 reddish 3 37 23 14 brown 6 37 29 8 9 39 36 3 B-44 2.5-4 Sandy Ciay, � 33 16 17 brown 3 30 24 6 6 NR NR NR 9 NR NR NR 8-47 2-3 Sandy Clay, 0 29 16 � 3 brown 3 31 22 9 6 NR NR NR 9 NR NR NR Plate A.6 3 �oring fdo, �epih �?�SCPIptPOTI Perceni Liquid Pl�stic Piastici�y (ifi} Lirine (%) Limit LL) l,imi4 (l�L) Index (P!) B-55 0-2 Silty Clay, 0 41 19 22 brown 3 43 25 18 6 NR NR NR 9 NR NR NR ivK: i est not run tor percentage ot ume Plate A.63 � � �m �� � ^� �. � �� � z� � � �._ �: _ _ € i _ '' C � 3 . � [. � ' F L l � �_ �..�: < "', �.��. - �' ��S �,.�� . .� �— �,� � �`.� i ��` y, �• .e:`.� .N_tEh. - � d I �� �. F [ — FI�LD OPER�.iIONS Subsurface conditions were defined by 57 sample borings drilled within existing paved areas to be reconstructed. The borings were advanced between sample intervals using continuous flight auger drilling procedures. The resuits of each boring are shown graphically on the Logs of Boring, Plates A.3 through A.59. Sampie depths, descriptions, and soil classifications based on the Unified Soil Classification System are shown on the Logs of Boring. Keys to the symbols and terms used on the Logs of Boring are presented on Plates A.60 and A.61. Groundwater observations during and after completion of the borings are shown on the boring logs. Upon completion of the borings, the bareholes were backfilled from the top and the pavement was patched at the surface. Relatively undisturbed samples of cohesive soils were obtained with Shelby tube samplers in general accordance with ASTM D-1587 at the locations shown on the Logs of Boring. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the undisturbed soils by the hydraulic pulidown of the driifing rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to maintain "in situ" moisture content. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the undisturbed sampie at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Some samples were obtained using split-barrel sampling procedures in genera( accordance with ASTM D-1586. �In the split-barrel procedure, a disturbed sample is obtained•in�a standard 2 inch OD split barrel sampiing spoon driven into 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the boring logs at the depth of sampling. The sampies were sealed and returned to our laboratory for B-1 � � �' �` ` ID�' � �� � �� �.� � K__.n• � �_�_�,..�- � �� � �� �� ; ��__ � � _ s � { `s�` �` further examination and testing. The limestone encountered was evaluated using the Texas Cone Penetration test at selected locations. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3- inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. ln relatively soft materials, the panetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabu(ated at respected test depths, as blows per 6 inches on the log. In hard materials (rock and rock-like), the penetrometer cone is driven with the resuiting penetrations, in inches, recarded for the first and second 50 biows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. B-2 ;� `3 - F"�-� `� � ��. ��� � � � ��: � � � �V¢f ,� � � �� � =�_' j�;; j . t f L.��ORAi'ORY TESTING General Laboratory tests were perFarmed to define periinent engineering characteristics of the soils encountered. The labaratory tests included moisture content, percent passing a#200 sieve; Atterberg limits determination, unconsolidated-undrained (UU) triaxial compression tests, lime series, soluble sulfate content, and visual ciassification. Classification Te�� Classifications of soils were verified by natural moisture content; Atterberg limits determinations, and percent passing a#200 sieve. These tests were performed in general accordance with the American Society for Testing and Materials (ASTM) Procedures. The Atterberg limits, percent passing #200 sieve, and natural moisture content determinations are presented at the respective sample depths on the Logs of Boring. lJncoeasolidated-l3ndp�ined (UU) Triaxial iesfis - Soil UU tests were performed on selected samples of cohesive soils. In the UU test, a cylindrical specimen is subjected to axial load and confining fluid pressure at a constant rate of strain until failure occurs. The applied confining pressure was equivalent to approximately the existing overburden pressure on the samples. Test procedures were in genera( accordance with AS7M D 2850. Strengths determined by this test are tabulated at their respective sample depths on the logs of borings. Results af natural moisture content and dry unit weight determinations are also tabulated at the respective sample depths on the logs. Fre� �vvell iesfis Selected samples of the near-surface cohesive soils were subjected to free swell tests. fn the free swell test, a sample is placed in a consolidometer and subjected to the estirnated overburden pressure. The sample is then inundated with water and allowed to swell. Moisture contents are determined both before and after campietion of the test. Test results are recorded as the percent swell, with initiai and final moisture content. The results are shown on Plate A.62. B-3 � � � ���- -� �� ���� � z. _.: � r. � � �fys 3 � 7 ' 3""�' .?��w._....P� � � ''�. � i ' � �i' Lime S�ries T'esis A lime series on selected samples af the near-surface cohesive soils were performed. The lime was added to the soi! sampies at 3%, 6% and 9% by dry weight. Test results of the lime series on selected samples are shown on Plate A.63. B-4 �� � � �� . ��� � �� � � ���` � :�2� F� . �.� �� �_� °��.:_.�� � � i: � � 4 E� -� r E _ g f F, March 27, 2009 Mr. Kervin Campbell, P.E. Dunaway Associates, L.P. 1501 Merrimac Circle, Suite 100 Fort Worth, Texas 76107 ��: A�D�P�DU� Noa a `i0 (�EO7'ECH�9lCAL, ��lC��NEE�ING REPORi �iiS��L.LA,i��OUS PAVING 16�9PROVEi�ENiS COUNCiL DISiRICi � ��� 1 tlt9O� E Plf 1�/!/°9a7 SiL ProJeci 0�-� 343 Dear Mr. Campbeil: Southwestern Testing Laboratories, L.L.C., dba STL Engineers (STL) is pleased to provide this second addendum letter to our geo#echnical investigation report that was issued to you an January 16, 2009 for the propased project which consists of repaving portians of a total of 15 street alignments, located within Council District 2, in Fort Worth, Texas. This letter addresses reinforcement and joint spacing recomrnendations to our recommended pavement sections based on the City af Fort Worth provided street classifications. STL recommendations are in general accordance with Part II -- Section 3.4 af the 1993 AASH70 Design Guide, the City of Fork Worth Pavement Design Standards Manual, and local experience with similar projects within the City of Fort Worth. Our recommendations are presented below. Jointed �ein�s�rces� Concrete Coa����ta�ti�n Re�ara�a�er�dations Recommended pavement section thickness for each of the 15 street alignments, located within Council District 2, were provided in our report Dated January 16, 2009, and our subsequent addendum letter dated January 20, 2009. Our recommended pavement section thicknesses ranged from 7.5 to 9.5 inches. The pavements should be adequately reinforced, with expansion, contraction, dummy saw and construction joints as required in Section 4 of the City of Fort Worth Manual. The spacing of the joints will depend primarily on the type of steel reinforcement used. However, STL recommends, for the thicker sections, No. 3 steel rebar spaced at 12 inches on centers in both longitudinal and transverse directions. The rebar spacing may be increased to 18 inches for thinner pavement sections. It is our experience that dummy saw joints of 92 to 15-foot spacing, saw cut to a depth of at least one-quarter of the pavement thickness, in both the longitudinal and transverse directions, have generally exhibited less uncontrolled post-construction cracking than pavements with wider spacing. Frequent use of expansion and contraction joints will improve pavement performance. Geotechnical Engineering • Envlronmental Consulting • Construction Materlals Testing 8908 Ambassador Row ^ Dallas, Texas 75247 � Tel: 214-630-3800 � Fax: 214-630-3898 www.stlengineers.com M/WBE • DBE • HUB • HUBZone GC-6.06.D Minority and Women Owned Business Enterprise Compliance CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B 2BRevised July 1, 2011 CITY PROJECT # 00951 & 00952 FO �T WO RT I-I City of Fort Worth Subcon�ractors/Suppliers Utilization Form ATTACHMENT1A Page 1 of 4 Check applicable block to describe prime �na-t-S�'f �:� �"r�� t� � Li� PROJECT NAME: ��0 �% �/'1 } f CGi � CA j�1 `}u'� �� e(i�` ��c�' � �;s��> �.-t � -C �u� a A F � � City's M/WBE Project Goal: Prime's M/WBE Project Utilization: � 23% �3.�5 % M/W/DBE �( NON-M/W/DBE BID DATE (�i( I�/�ai�, PR JECT NUMBER ��� � �5 � Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in iks entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of<bid opening date, will result in the',bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enfer into a formal agreement with the ; M/WBE firm(s) listed in this utilization schedule, condi�ioned upon execution of a contract with the City of Fort Worth. The intentional ' and/or knowing misrepresentation, of facts is grounds for consideration of disqualificafion and will result in the bid being' considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or �urrently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). Rev. 5/30/03 FORT WORTH ATTACHMENT1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MNVBEs. Please list MNVBE firms first, use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax ROBERT GRANADOS 5412 Kingslink Circle Fort Worth, Texas 76135 (817) 237-3520 COWTOWN REDI-MIX PO Box 162327 Fort Worth, Texas 76161 v (817) 759-1919 f (8l7) 759-1716 Roadrimner Traffic Supply, Inc. 3200 Marquita Drive Fort Worth, Texas 761 I6 phone: 817-244-0305 fax: 817-244-4819 Texas Environmental Management San Antonio, Inc. P.O. Box 369 Justin, TX 76247 Phone:940648-3640 Shaunna n4J PIPELINE INSPECT'ION, INC PO Box 851 � Granbury, TX 76048-0851 Melody Bendewald (817) 946-1126 �'rc�.vK ;r� � /�� u I o�-� Su ��uS }��roMul.Gl� S ee.� r � �� � soad��5 �� .�r�S-peG-�l �� � LinPs Detail Suppiies Purchased I I �I,/� i T �YG�� S L C 0 �'-►'i- � O ) �"`I''��l�S �u �1 Certification o, . (check one) n T N T Detail � C X lM' Subcontracting Work e M W T p W r B 8 R � B E E C T E A '' Dollar Amount � � g� 900, o0 �02�1� 7 pp.ov � LpJ O((iU- �O � � 3a� 000.°� . �� r • -� - � r�> � SUN COAST RESOURCES INC � ` Teri Bateman � PO Box 972321 Dallas, Texas 75397 v (800)677-3835 x655 i FORT WORTH ATTACHMENT1A Page 3 of 4 � Primes are required to identify A�L subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOR/SUPPLIER 7' n Company Name � N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Doliar Amount Telephone/Fax r B B R O B E E C T E A ' HD SUPPLY WATERWORKS, PO Box 840700 Dallas, Texas 75284 (817)595-0580 JLB Contracting, LLC PO Box 24131 Fort Worth, Texas 76124 (817)261-2991 RINI{ER MATERIALS PO Box 730197 Dallas, Texas 75373 —0197 (817) 491-4321 �)��"/ �J,P�.'.. ��i�s � Va)V`� �S��x'r 1-�- J��I�)�e..' ��-���ss � �j�,l��� ��i7,�o�.o� ��, 900, a� � )'�� ��oa Rev. 5/30/03 Fox_.�._ �tal Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS �� � � � ATTACHMENT1A Page 4 of 4 � 7�5, ODD�°v I � 9, '%Do. o 0 �/'7, 7�0� °° The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request forApproval of Change%4ddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror aiso agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work �rformed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any .. �tentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signat r �r�sid�e►-�-- Title C,�na�� r ��1- rc,��� ; �,�'�l'�� Company Name JC� ►^ �ry �ia.-E-��� ►-- Printed Signa re �m� �ontact Name/7itle (if different) � r�n �. �� (�51�1. 3�- /7t�3 C�SI?�.-��3U-4.SSG Telep one and/or Fax � b. �C 1� � C,F�' Address �o►�.�_ t o���., `%c � (� < < � City/State/Zip f � �1��( v@ C'�r�--l�r. L D� ail Address� t� ► l � a--� � � Date Rev. 5/30l03 ATTACHMENT 1C Page 1 of 3 F'oRT �C)RTH City of Fort Worth , Good Faith Effort Form If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. 1.) Please list each and every subcontracting and/or supplier opportunityj for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. 1D0 NOT LIST NAMES OF FIRMS On Combined Projects, list each subcontracting and or supplier opportunity through the 2° tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities �ru��i� 9 1-� u� %�� Su { I S Co�c,r.e+�e �e i 1�/l'i � � �� ) sb C� I `7�ra� i L C�'1-$ r0 �� ' e �Y1 S G�- � D � L i r► e,S ��t � I ' � ' -� �i -I-I �� ✓ rF l� 1 v�P S �s �� � �- Rev. 05/30/03 (If you have failed to secure M/Vl/BE participation and you have subcontracting and/or supplier opportunities or if your l DBE participation is less than the City's project goai, you must complete this form. ATTACHMENT1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors andlor suppliers from the City's MIWBE Office. ,�Yes Date of Listing �� /�.S l I � No 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? �YeS (If yes, attach MIWBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, ai least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? �Yes (If yes, attach list to include name of M/WBE firm, ep rson contacted, phone number and date and time of contact.) No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use addifional sheets, if necessa , and attach.) Company Name Telephone Contact Person Scop of Work Reason for Rejection Rev. 05l30/03 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of �lans and specifications in order to assist the M/VVBEs? Yes No ATTACHMENT1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/VIlBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M BE O' e. _------ - � � � `( l� YlG.-f.. a' Authorl ed gnature Printed Sig ature -�rPS',C�' P►�-� ��e vr►, � , Title Contact Name and Title (if different) 1�f�7►'1Cb��Q�(' �5�1'UL��D�1`�',t.� Company Name P-0• `�C � � U �-P� Address � � �g City/StateJZip �I'7— S3y— I'743 17— �3y-y�5�, Phone Number Fax Number � �� _r � � A � � . ��� - - d � 1 ���-c�.� Date Rev. 05/30/03 GC-6.07 Wage Rates CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B 2BRevised July 1, 2011 CITY PROJECT # 00951 & 00952 City of �ort Worth, l"exas .. • .► �< * _ � ; , � , �� .�„���r � COUNCIL AGTIC3N: Apprav�d on fi/8t2008 DATE: Tuesday, July 08, 2Q08 LOG NAME: �OWAG� RATES RE�ERENCE N�.: *�G�'i6190 SUBJECT: Adopt 2008 Prevailing Wage Rat�s for City�Awarded Public-Works Projecis RECOMMENDA7'(ON: If is recommended that the Ci#y Council adapt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. D15CUSSIUN: Texas Gavernment Code Chapter 2258 requires that a public bady awarding a contract far public works sha11 determine the generai prevaiiing rate af per di�m wages for each craft or type of worker needed fo execute the contract, and shall specify in the bid documents and in the contract the prevaiiing wage rafes in that locality. Fach year The Quoin Chapter of the Associated General Contractars, in conjunction with the Association �f 9uilders and Contraotors {ABC} and the American Sub-Contr�ctors Assaciatinn (ASA}, conducts � wage raie survey far North Texas can�truction. The attached 2Qp8 Prevailing Wage Rate data was compiled from ihat survey. �ISCAL INFt7RIVIATIONlC�RTl�ICATI�N: Th� �'inance Director certifies that this action wili have no maferial effect on City funds. TO FundlAccount/Centers �ROM �undlAccountiCent�rs � a..s�,..�,�. Su mitte for Cit Mana er's Office b�. O.�lg natin De art e t Hea : Additiana! Inf�rmatian Coniact: Fernando Costa {8476) A. Dauglas Rademaker (6157) Eric �undy (7598) T�EA'S�Y' & %�IGHWAY CONSTRUCTIUN' PR.�VAILING WAG� RATES 2008 Air Tool � erator . As halt Dish�ibutor 0 erator As halt Paving Machina O eratot• Asnhalt Raker �room or Concrete ConcreCe Concrete Concreke Cancrete Concrete Concrete Concrete Curbing Machine ( Finishing Machine roint Sealer Opera' Saw Operator Spreader Operator �orm I3uiIderlSetter, Structuxes Farm Setter, Paving & Curb �oundation Arill qperaCor, Crawler Mounted k'oundaiion Drill Oparatot•, Tiuck Mounted Front End Loader Operator S�aborer, Ukilit�_____� Mechanic Milling Machine O erator, Fine Mixer O erator Motor Grader 0 erator, Fine Gr Motor Grader O erator, Rough Oiler Painter, Struotures Pavemeirt Markin Machine O Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operatort Pneumatic, Self-Pt Roller Operator, Steel Wheel, Flat � Roller Onerator. Steel WheeI, Aiant Servicer Slip Form Ma Spreader �ox TraCtor OperG Tractor O_per2 Traveling Mi; Truck Driver, Truck Driver, Tr�ck Driver, Truck Driver, Truck Driver, ( Welder (^Work Zone Barricade Servicer led :mi-Traile i'ost Hole $13.99 $12.78 $11,O1 $ s.sa $14.15 $ 9.88 $13.22 $ I 2.80 $12.85 $13,63 $12,50 $13,56 $1A,50 $10.61 $14.12 $1$,12 $ 8,43 $13,67 $1b,30 � 12.62 $ 9.18 � 10.65 $16.97 $11.83 $� 1.58 $] 5.20 $I�.50 $1a.98 $13,17 $10,04 $1 ].04 $14.86 �Ib.29 $l 1.07 $10.92 $11.28 $11,42 �12,32 $12,33 $ l 0.92 $12.91 $12.03 $]0,91 $11.75 $12.08 $14,04 $13.57 20�$ PR�VAILING WAGE RATES CONSTRUC710N INDUSTRY GC-6.09 Permits and Utilities CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B 2BRevised July 1, 2011 CITY PROJECT # 00951 & 00952 � rw�aa Oopa�envv W IYonspwfa(Ioa �� I�' Z't� Ci"�I�ST�i7C�' �'I'��'�' �����'I'�(��1 �+'ACI�,I'"�'I�S �� �r�r-���� ���IZ, o� ��� ��e��;����'�'� ������� ������`�$�"���� ����'���,`��{��,�����:��`���@ To: Ti'� �i�y oi �'o[�i �artl� Hwy. T'M 1220 Permit No. 10���W � 05a� 1 c/o DUNAWAY ASSOCiAT�S Control i71 Section 5 550 Bailey Avenue, Suite 400 Fort Wortli, Texns 7G107 The T'exas Department of Tr�nsportation, hereinaffer cailed the State, hereby authorize5, The City of I'ort Worth, hereinafter cailed the grantee, to (re) construct a public acces� street improvements including paving, storm drain imnravements and curb & gutter on the highway right-of-way abutting Highway Nn. I+'�/t 1220 in TARRANT County, locate� an �f4� �i220 (Nortt�east Rigi�i oflfUay) ai N9en�fe� Avee�ue in For� �tlorih, iexas.. Subject to the following: 1. The grantee is responsible for the costs associated with Yhe construction of these street oonnection �lements. 2. Design of facilities shall be as foNows and/or as shown on sketch: TO ItL�COPdSTRUCT A PUBLIC ACCIESS STI2EET CONNECTION INCLUDIAIG PAVING, STORM DRAYC+t �ARPROVEM�NTS A2vD CURB & GUTTER WT1'HINN TH� STATE RIGHT �I+ WAY IN ACCORDANCE WYTH TT-I� ATTACT�D PLANS SEALED BY KERVIl►I 21�. CAMPB�LL, P.�. ON 8-4-2011. ALL CONSTRUCTiOP1 WIT�-IIN THJE STAT� RIGHT OI+ WAY SHALL B� IN�CCORDANCIC'WITH �TAT`E STATVDARDS ANll SP�CIF'ICATOId5. AI,L PA'VEM�NT MARKINGS WTTHIN THE STATE RIGHT OF V¢/AY SHALL I3� TH�RMO-PLASTIC MATEI2iAL. �,`� �� ,s� �� �.� ���� � � ss� syr 3. 4. Atl aipe (CGM�' or FtCP) safetv end trea#merri� and base matertal�shali be at the iob site loca4ed off ihe 5�ate right nf wav prior to the drivewav installation. Alt cnnsfruction and maierials shall be subiect to inspection and approvai by the State. Maintenance af facilities constructed hereunder shall be the responsibility of the grantee, and the State reserves the right to require any changes, maintenance or repairs as may be necessary io provide protection of life or property on or adjacenf to the highway. Changes in design wiil be made only with approval of the State. The grantee shall hold harmiess the State and its duly appointed agents and employees against any action for personai injury or property damage sustained by reason of the exercise of this permit. 5. Except for regulatory and guide signs at county roads and ciky streets, the Grantee shall not erect any sign on or exfiending aver any portion of the highway right of way, and vehicle service fixtures such as service pumps, vendor stands, or tanks shall be located at least iweive 3.6 meters (12 feet) from the right-of-way line to ensure that any vehicle services from these fixtures will be off the highway. 6. This permit wi{I become null and void ifi the above-referenced driveway facilities are not constructed within six (6) months from the issuance date of this permit. ItICARllO GONZALEZ, AE / GARY L. PH7L�Il'S, TM5 VII 7. ihe grantee will contact the State's represenfative CULESS, TEXAS SAGINAW, T�XAS telephone (�17) 232-130d at least iwenty-four {24) hours prior to beginning the work authorized by this permit. DIST T�'iLE: 1"exas Department of Transportation ,f�= ±� _�� , _� - �,: �: } A. Date of issuance: Time Process: Date: Au�ust .10, 2011 5 bAYS Signed: August 5, 2011 District Cngineer Richard Schiller, 7'. E. Director of Maintenance iex�s �epartment o� Tran�portafion � - �.� - - � ,�; � - -� -_ � _ ��` `� .,!�' ,�,p � ,. v _ , � , > �, , , , __ . . ._ _ _ . < < _ _�_ , _.. . __. . _ _ _. _z . - � � _ � _ � � : � , - � � � � ° � ; � � � . _ . ,. ! . , _. . a: � '+ ". � . _ , _. _ -�: ._ � a. - - !,- , �- All construction within the State right of way sh�ll be coordinated with the Texas Department of Transportation. � �� � ��: � •—' ��� � � � � • �: ,, , . ,� ._ . � ' � _� � ,c � = 4. � � � " � � � . - _ _ � . � ' :� � K , „ A . �, '_ " a. _ ... � _ '� � � '� � .h ::. , �., .R ,. .. .. 4_ . '... Rick Taylor, Staie Inspector, te{ephone number �i7-232-�304, Saginaw, Texas shall be notified twenty-four hours prior to beginning this project within the State right of way. Pft�-.lO� C��iSi"i�UCilt��1 i1���T1�lCa !� R�C�I�I��Li �'�.IC?R i"C� ���lPdi�li�G G4��7RUC�1CJ1� 11�'iTH1N iH� �TAi'E R1GWi' U� tN,0.1' ,AtliH�FYI��D �Y TNlS P�RIi�iT. Signs and barricades shall be provided by fhe contractor which shall consist of detours, barricades, warning signs, flares, flashing light signals, and flagmen as are necessary ta direct and protect vehicular firaffic while the constr�action work as described above is done on the State right of way. All traffic control procedures as mentioned above shall be in compliance with the "Texas iVlanual on Uniform Traffic Control Devices." r Page 2 Utility compani�s sh�il be giver� prior naiificafion o� fhe pendin� �onstrucfion fo ensure that no conflicts exist within fihis project are�. All utilifie� thaf are located under �ny prnpnsed widening for �ecelera�ion lanes shall be relocated to an accept�ble location. Any utility insfallations wifhin th� right of way fh�t does not meet cert�in depth requir�ments as the result af changing �ny gradss ir� the construc�ion nf this projecf will need to be Ic�wered to me�i �hose �pecified depth eequirements �s originally permitted. ����� �����'��� ������� �� � �_ . - a. _ '' .T . � ; f � � ; .:. .! ;! :•�• : • � j :1; � �.z , ^�,. : ,. � , ;� - , A, 2... � !' 1, z� E, _.� � �. � � +► �^ • � :�' �� ' ':�' ;�. .,,, �. ; , i�, � : . , 1 '" ..` ; � ' �; , � .� ' > � . � � ., :' w: >- F -:s , .i;;�. . i' -::�;- .s�:�. ,�` ' %�- , - iR - , , � z �S= � • �. ;; , ^ • .< " ``i; � ; : �, ;�:: �� � : ,_� i ;� :., , � � . � F � . : � . ; — :c ,� ; � ::c . .; , ; ,. � � � , _ � s�, , r ,�� .. . , � �� � , ,, . , . , , � , �i � � � 'r�. .w �' =,� `.., w� _, : a� 3, . , �' _ �� � � � � � ` �� - _ : , � > , . , . , � � � , t �' , . , _ , , : `� , . . _ . : . E , . . , r �� . � ` . _ . : . : s � �:: ;� ' _ _ � � N . . .._ , , ; � �: , ,' ` �__ , =-• . . � � _ � � ; � _ ; 7 € . � , _, . , ; . ` . : _ � , , , � � ,� , • � , � s : . ,� ��, e �� �� . . .� . . . . ,; �� �. �� � � � ; � :�r ;� . � ,, : � ,' ' ;1- � �` > ; : r '`.. ;,• , � � ` � � •' ,I �' e �� .'� � , � `,, �., INDEX OF DRA WINGS ;�. 0 NOTES: 1. ALL CONSTRUCTION WITHIN THE STATE ROW WlLL REQUIRE COMPLIANCE TO TXDOT STANDARD SPFCIFICATIONS, STANDARD PLANS, AND TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEV/CES. 2. SPECIFICATIONS ADOPTED BY THE TEXAS DEPARTMENT OF TRANSPORTATION, JUNE i, 2004, AND SPECIFICATION ITEMS LISTED AND DATED AS FOLLOWS SHALL GOVERN ON THlS PROJECT FOR ALL WORK WITHIN STATE ROW. 3. THE STANDARD SHEETS, SPECIFICALLY IDENTIFIED lN THIS lNDEX OF SHEETS, HAVE BEEN SELECTED BY ME OR UNDER MY RESPONSIBLE SUPERVISION AS BEING APPUCABLE TO THIS PROJECT. ��"�� �. '� � S50 Ba�ey Avenue • Suite 400 • Forf Worfh, 7exas 76107 Tei: 817.335.1121 � Fmc: 817.335.7437 (DCREG, P-1114) OPI� RA TOR: CITY OF FORT WOR1"H, TEXAS 9 000 TROCKMORTON STREET FORT WD�iH, TX 7& 102 �b , . ;l I: �., I t\�`OF\F,,�i =� �',]j���.`. �' qi �KER�M. C�' i , �ll j ��.������ / //�/�! ����� ii��hl %V( • �l+j�' " g/5` /��/ �. covER st�E�r 2. PAVING & GRADlNG & EROSION PLAN AND DETAIL 3. TRAFFIC CONrROL PLAN TXDOT STANDARD DETAILS * TCP (1-1�-98 TRAFFIC CONTROL PLAN * TCP (2-1)-98 TRAFFIC CONrROL PLAN * WZ (TD) -- 03 TRAFFIC CONTROL PLAN TYPICAL DETAILS * EDGECON WORKSHEET FOR EDG£ CONDl770N TREATMENT TYPES * BC (1) - 07 BARRICADE AND CONSTRUCTION ST,4NDARDS * BC (2) - 07 BARRICADE AND CONSTRUCTION SI'ANDARDS * BC (4) - 07 6ARRlCADE AND CONSTRUCTION STANDARDS * BC (S) -- 07 BARRICADE AND CONSTRUCTION SrANDARDS * BC (6) - 07 BARRICADE AND CONSTRUCiION STANDARDS * BC (7) - 07 BARRICADE AND CONSTRUC770N STANDARDS * 6C (8) - 07 BARRICADE AND CONSTRUCTION STANDARDS * TECL-04 EFW) T£MPORARY EROSION CONTROL LOGS * Cl (1) - 02 (FW) CURB lNLE% DETAlL5 * Cl (2) - 08 (FW) CURB INLEi DETAlLS By seoling and slgning these Permit plans as a P�ofesslonol Civil Engineer licensed � to practJce !n the Stote of Texas, I certlfy thot the proposed driveway or publlc street connectlon(s) fo fhe Stofe roodivay meets or exceeds fhe minlmum Sfopping Sight Distonce requl�ed far d Posted Speed of 30 Mlles per Hour, bosed on the most recent TxDOT Des/gn Manual requlrements. � � �' , � .'i LOCATION MAP 1 I Y I ' 1762 1 CON�f7E ivaiurorz� auv s� �rtsnrnc cw nr.rw axs nc )6��� FO5�1 IDGMS SECOf�O tiV� BU( >6 l0i — — • 3601 nttE ��E �_ I STA 0+35.12; �15.4 B G76L' CONNECT T £XI CURB�„�c GI EXTCt6 q' r�, � I ��� i' 'v � � n —aA —� � a �� � C I m �. _ n I om`d � o�� � *n� a n I �.' _�\ �(a9msn d����./�'�_� :����5( ASP1fA T PAYdlC `�'� p � � �1, ��1�70N 0+1831 = � _ � _ � � � � 1 I 1 smo, ia.mno uiuw 0" 7XDOT �iOY iiai S��c cn � )bl]t � p�su� xs: .z�.�' �� �6' ROADWA �� suc sa tm x I i I� � I � ._ � _'__'�— NO I REVISION IH D61ONE0 IPV oa��w�+ KMC BY DATE �HECKm ( ' STA 0+40.67 RfMOVE fXfSlPNG CURB I INLET AND CONS7RUCT _ _ _ — — N£W f0' CURB /NLfT PROP TC 686.50 MATCH £XISANG �tSlt+K MaKV N RN. � 15" SD P1PE PLO{YLIN£ �a�+mOeN � � ROSQi IIfl4t115 SEGdA f�tRF euc �s us u k z� STAAON 0+35.43 "'0°'`�"`� I END HMAC IRANSI AON !N TXDOT ROVV BEG/N PROPOSED CONCREIE STREET PANNC 13 A I � � � y I X � � � — .-4_ R- .—, � .se�, fo•/ io• I�o' / m� �o� �p• 6Pd.1 ta9 6B>.t Fe 6ft41 i �� � sra o+ao.ss Q REMOV£ EX15lTJNG ClIRB �^ I �lNLEi AND CON57RUCT 1 NEW f0' CURB INLET PROP TC 6&6,42 ,t+n�crr e�nsnNc 15" SD PlPf FLOWLINE I STA Ot35.68; l5.18' RT . � BEGIN CURB CONNECT TO EXISl1NC CURB & GUTTER EX TC 3� 686• 19 _� __� �� � F�ORT �ORTH �'f" �� Scale Date HORIX �� = x�� MAY VE(tT 2�� j �. = 4. Cky ProJect No. DOE No 00957 5970 � i � I � I i --� j I � I 1 � � � � � � I � � LEGEND: i�ii�G%��i� HMAC TRANSITION PAVEMENT IN TXDOT ROW � ""f INLET PROTECTiON L'--^� PERTXDOTSTDS NOTE: 1. ALL WORK IN TXDOT ROW SHALL BE CONSTRUCTED PER TXDOT STANDARDS AND SPECIFICATIONS. 2. PAVEMENT SEGTION SHALL TRANSITION FROM 6" TO 2" HMAC PER TXDOT DETAIL. 3. NO CURB SHALL BE CONSTRUCTED WITH DRIVE. 2+oa � 550 0c�leyAvenue • Sufte 400 � Fort Worfih, Texas 76107 Te1:817.335.1121 • Fmc: 817.335.7A37 (1XRE<3. F-1114) GRAPHIC SCALE IN FEET :n o �o aa �o WARNING TO CONTRACTOR: CALL 1-800-344-83�7 (0/G-7ESS) OR 07HER UAIITY LOCAANG S£RV1C£S 4B HOURS PRlOR TYI CONSTRUCT)ON ACT7V77Y. DUNAWAY ASSOC/A7ES !P 1S NOi RESPONS!@LE FOR XNO{NNC ALL fXISANC UAGI]ES OR OfPIC77NG EXACT LOCA770NS OF UAUnES ON DRAINNGS. BENCNMARKS 1. Cl7Y MON � 6703 SET fN fA57 fN0 WLET NOR7Fl CURBLINE LONG AI�ENUE AT V%EST CORNER OF LORAiN£ APPROX t' OFF FAGE CURB. ELEV = 684.50 , 2. THM — RR SPIKE 5ET !N SOU7N&LST FACE OF POVYfR POLE AT FAST CORNER IN7ERSECIION NV/ 277N STREET M/D MENEF£E AV£ t 20' SOUTHfAST OF CENTERUNE CURBUNE M£NFFEE AVE AND t 22' NORTNE"AST OF CENTERUN£ NY/ 2TTH SiREEI: ' EL£V = 705.53 unu�r NorF 7NE (fAU71fS SNOWN ON THf PIAlJS NEHf COAlP![m fAOM VAR/OUS SOIIRCFS AND ARE fN7ENDID 70 SHOW THE CENERAL F.1757ENCE M�D LOGTION OF UAUAEB IN 7NE AREt OF CON57RtICRON. TNE E11GW£FR ASSUA/6 �NO RESPONSIBlIf1Y tUR 7N£ l�CCURtCY OF RIE U7/UTY 1NFORAf.f7H7N SNOIYN ON 7NE Pf?NS IXf CONIRACTOR S7WL veartr tNe Eztcr iacmoN ov ut ununes va� m CON57RUCTlOM 7NE CONIRACTOR SHALL COMACT U!!1J71' COMPlJJlES 48 HOURS Il/ ADVANCE OF AllY COIJS7RUCPON ACIMlIES IN OROFR TO OETtRRI/NE IF 7NFFE 7S AM' CONfLCT W!!H I:IE PFOPOS£O FAC(Lq7E5. p{E COMMRACIOR 57i4CL NOI)f)' 7N£ fT'GUlEFA � lAwE7X97£LY WHIN CONFLC)5 WI7N IX7571NG UTtURES ARE O/SCOYFRED. INE faLLOWWC PH07�E'Nt1Al8ERS ARE PROt1DED FOR CONVfNlfNCE. CA45/OEFATION OF O7NEft lJI71/fl6 MAY BE REqU1RED. FORT N�RRi Wi1TER OtPJ (077) 392—B296 roxr nwrm rnw a�Y 392-8100 qfAftTEN C0.'AS!UNfCA716NS (iV CABL£) � 73d-2427 MC( (ONflER Of WESIERN UNiON 1INE5) (B00J 614-9675 ATLeY (8f7) J3H-620Y TFXAS QY£ CACL (COCAI/HG SERNCE) (80oJ JH—BJ77 ATMOS ENfFGY (�00) H17-8090 t�rzou (aao aaz-toao ONCOR ELE'ClRIC DQNERY (BB8 2/5-6688 _ TC LT PROPOSED TOP CURB L£FT TC RT pROP05£0 TOP. CURB RIGH'� �`OF TF�I� CITY OF FORT WORTH, TEXAS �zooia`ss �'�.R�i 2007 CRITICAL CAPITAL PROJECT M�CAltPBEU.� ft�ECT,ENCIN R (COUNCIL DISTRICT 2) SHEET se", �,�-� PAVING & GRADING & EROSION CONTROL �+A�� �,�Y ��l PLAN IN TXDOT ROW � } \ . �. � � \ \ i i � � ROADNWORK / � , � \ \ � \ �2�-20 � \ � \ 48"X 24" i � � � � � � \ \ @ � \ \ / \ \ / � 6� � � � ,�' �/�\ \ �\ \ \\ / �\ �e \� � \ � �?O. / � r K \ \ \ � / � �4,� � \ � \ �4'�yti`� � \ � ' / \ vy � \ \ , � / �/ /+,� w / / . � � � / � �8' \ d \ d' Wa ROAD \ � '�o.T � �' � , i i � "' ,. i WORK � 9�`�'� / � � ' / AHEAD � � \ � \ . � \ as � ♦ � � � �� � � � �. . CW20-1 D ORUAfS � 30' c-c (�ra) �= � f '�+� �+, / 48"X 48" � \ � � � N � � `\/ z i o �ti , �.��� . / .� " P i � i / i \ i / / � \ / / ♦ � � '`tr, / . � �P� � \ �9 � / / � � A � � � �, �/ \ \ / � � %� ROAD / / ` WORK � � � � AHEAD i i / / DRUMS W/CW 1-8 � / i / � so• c-c (�rn) � '�o. CW20-1 D i / � � � \ \ � 43°X 48" / / � � , � / \ \ \ � � � i i � / // � �� \ \ � i � \i i / / CHANNEULNG DENCES TO BE ROADNWORK \� � `� � / ?RAFFIC CON7ROL BARRfLS � \ \ / � � N97H DIRECAONAL ARROW G20-2a \ / AND fLASN/NG 1ELLOW LlGNT / � 48"X 24" � � � � � � \ \ \ i � / \ \\ ` � REVISION Scala Date RB MOR2 oEsioHeo � ��T'�VORTH Y = 40' MAY � IPY N�A 2011 DRAWN KMC - City praJect No, DOE No 5508a0eyAvenue • SuiFe400 • ForfWorfh,Texas76107 loi:817.335.1121 • Frnc 817.335.7437 DAy�- CNECKED �9rj� rj9�0 (TXREC>. F-1114J 0 snw cur � EXIST ASPt1AlT �6'- 3' ASf'HALT PAWJG IN TX OoT RrnY— PAVQAQVT ^� — 2' H1.1AC � �tn m _ _ — �::%iFyi�r:•:.F.^..i.Kte; vi' : :4 � : \�����j���� /��/ 6' 111dE SlABtLIZEO SUBGRADE (2� tB/SY) 4' HAIAC (N B) SAV1 D(IST ASPNAIT PA�EMENT 98d31 ��f � LEGEND: cuT EWST ASPHAIT � PAVFAfENT j ���\\����\��\�� HMAC TRANSITION PAVEMENT IN TXDOT ROW NOTE: ALL WORK IN TXDOT ROW SHALL BE CONSTR.UC7ED PER TXDOT STANDARDS AND SPt�CIFICATIONS. OA PflQIEOT CITY OF FORT WORTH, TEXAS 2007366 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 2) SHEET AZLE AVE (FM 1220) 3 TRAFFIC CONTROL PLAN � � , �� � � � � ��� � .:::� CQYCREIE PAVINC tH CFY' ROW untt sine�uccu ASPHALT PAVEMENT CONNECTION TO EXISTING FM 1220 ASPHALT PAVEMENT SECTION A-A rrts ASPHALT PAVEhtENT CONNECTION TO EXISTING EM 1220 ASPHA�T PAVEMENT SECTION B-8 �fi T�m �>� cm o°u* �, m � �} � ��°c o+± Z=� 'n i � �v ow� +�v LCO c�� L � NpL c f- WhL m 8 0 m o� ° o0 u }m.v- toL A�� � y �o- °arm m�o �w°� vf-v ��� d� ��m O E t- m=a Lmco F-Y ro w N G U �. N 0 ROAD WORK aHEao CN20-iD 48" X A8' (FLAGS - SEE NOTE t) � .�► Chavtel izlnp (38V�p66 (SEE NOTE 2) �Ch� �ein9 fSEE NOTE 2) AOdD WORK AHEAO CIH2p=10 ae� x 4s^ fFLAGS - SEE NOTE 1) � `@' M Channeilzatlon deJioes � moy be anitted if the work area is a.minimm of 30' fran the nearest fraveled voy, m a � ROAD WORK ANEAD CN20-iD ae• x 4e• IFLAGS - SEE NOTE 1) � m 'd � 0 � � I � � �'� �. I � ' ' I ' � � I I � � � � r I , � � . I ( ■ i r � � ' L N 'O � I o � w ( � TCP t 1 -1 a) W � d D Work Area Near Shoulder ENn ROAD WORK � G20-2a 48' X 24" tSEE NOTE 2> b 7 0 � N ,� Charinelizinq oevices lSEE NOTE 2l e Chomal(zing .D8VIC9g � . �5� �or� 2> . END ROAD WORK � czo-2o as• x za• ' -' iSEE NO7E 21 .a. ��� ' � ( I � � ( � L v � c � O ECi� o O � .`E � � �;; i �� S,�' . r' � ';:' i �;, 0 �n,� 3 a ROAD WOAK AHEAD CW20-10 A8' X 48' ffLAGS ^ SEE NOTE 11 i ...�' � Charmelixlnp OBVICB6 (SE6 NOTE 21 L b � � w I � ( �I� � � � ' I � � � � ( � � ' � 1 ( 1 � � ( � f � � END � ROAD WORK � � N� G20-2a � aa• z za• � ' tSEE NOTE 2) ' .a. ( d ' moYk vehlotes or other i equipment neceesary for the wrk operatlon, euch ( as trUoks, maveahle cranos, � efio., stwil remaln fn ( areae separated fran lanes 04 traff(o by ohanneliza- ' tion devices at oll,tlmes. I ' 1 ' � 100' � � Min. ' � ' c t I � o � �' Inaotive . . M'DiIC VP.11�0�6 ! :�,�'�a � I s -� � �.' T i� °...�;;' ° � + I . � � a �� hF�'.� .. � �' . ` � X ( I i J � \ � ( � i x Ii�i r0. � ( � f � � i ROAD WORK AHEAp �+'zo-�n AB' X A8'. (FLAGS - SEE NOiE 1) O •'v' ' TYpe ITI bar+9cade, '�;:�' ohannel IzitKJ devioas,a' ( etwdor vehlole vi�ih ofmpe b c f la9a or +r��nin9 'i lyhta. �`'� � When shadow ��eMcie Is ' � � requir�d, it ehall be equlpped With Truck 6krwted Attenuatw'. I � r � e � END I „ ROAD WORK I ts � Gz0-2a 48' X 2A' lSEE NOTE 21 �' x fM � 'T � � I � � Charmelfzinq ROAD csEE�NoiE z� ' cwzo-to WORK 48' X 48' fflAGS - SEE NOTE t) AHEAD 7CP (T-1b) Work Area on Shoulder 0 ■ B TGP (1 -1 c) Work Vehicles on 5houlder LECENO vs� Type III Barricade ■■ Chmnellzir�q Uevlcea q Fldq � Neovy Nork Vehicle IZ9 iruck Nanted Atterwator � 7railer Alo�nted � Portable Chonqaoble Fiashlnp Arrovr Panel � Meaeape Sipn (� Flaqqer .84 Siqn Post ���. � Corworctional Roode On1Y . . �Tapor Ierqtha have baen randed oft. � � L�lenQth ot Taper tFT.1 Yt�Midih of Offeet (FT.) S•poated Spead l►4�N) 7YPICAI USAGE: SftORT SHIX{T TEPoI INTEPIIEDIATE LONC TEtEI iqBILE UURATION STATIONARY TFPoI 5TATIONABY STATIqIbflY GENERAL NOiES: I, Jnless othetvise stated in ihe plons, flaqs attoched to siqne are RE�IUIpED• 2. AI) �tYaffiC cartroi devices illUstrated a-a HEQUIRED, except those de�oted with the trianqle syRboi may be anitted .1ien etated elserhere !n the pims. � 3. tfi hiqh speed faotlitles advance xarninp elqne ehould be lnatalled npproxirtately 3X fran the work area or iran the beqinninp of a tane or aFaulder fiaper. On lox apaed fobtttties the odvonc� w�nin9 r,I4ns ahould be plaaed bnsed on the "X' m)nimm distance. 4. Tnaotiva work,vetitoles or o{hor eQulpnent ahould be porhed near the riqht-of-Way Iina ond not porked on fhe paved 6fiauider. Only pre-qualified produota shnil De used. A Iist of carpliorit produota md thelr sources hay be obtofned by vritinp or faxinp: Stpndarda Enqfneer , Troffio Operotfons Dtvision - TE ' Te:cas Dep�tmen+ of Trmepoi-totion 125 fast 11th Street AurrFin, 7exas 78701-2483 Phcxte (512) A16-3335 Fax f512) 416-316f ' E-r,qll TRF-STANDARDNnailpv.dot.state.tX.Us The requlrarrertt fa- shadov vehloles ` wiil be listed in the pro)ect CENERAL NOTES, Item 502, Barricades, Slgns ond Trofflo Nandii.nq. �m �>' �� o�± T d � �[}M ��� a z � —m ' a t�. a° � a�i a om� +LL LCO C�± � moi c }; �� F- L v °u XLC 0N^ : 8,. 0 +�vt� a�� � S� ��s m � ° h°��+ �go �h�} �.� W {C-� m m�a mco � �c.a w � � �. w 0 ROAD 410RK AHEAO CW20-1D 48" X 48" tFLACS - SEE NOTE t) �t—' '�' X M � � I��� l ( '' � � I � I � I ' � � � � I , I I � � � L L'� 7 0 L � w � CIlIX1I18II2�}IOIi CiCVICC6 tnay be ani4ted lf,the work area :la a minim.m of 30' fran the nearest traveled way. 1 0 T�� N � a � , ROAD ' WORK ' AH�AD cwzo-�n 4a" x 4e° tFi.AGS � SEE NOTE 13 L a 0 � TCP (2-1 p) Work Area Near Shoulder ROAD WORK ANEAD CW20-iD . 48" X 48•' f�LAGS � SEE NO7E U � . -8- x M /n' fn / � ROAD WORK G20-2a 48" X 24" ' cs�E Nore z� � � ��� � � � I � 1 I d I � li ( ■ I � R ' p ' � 1� I ( � I f � � ( � � � v o. � END ROAD IYORK � G20-2q q8" X 24" (SEE N07E 21 .a. L v 0 N N\ O H x •'. M F L'i:' ��`�' " � o �' 3° a 4,� C �E N � J + M � M .�. _L' . \ ROAO PfORK AHEno CW20-tb 48" X 48" fFLAGS - SEE NOTE 1) TCP (2-1 b> Work Area on Shoulder ROAD IYORK AHEAD CW20-1D 48" X �98" SFLACS - SEE NOTE 1) `�' x M � ROAD WORK �' G20-2a 48" X 24" (SEE NOTE 2) 4 L m v_ 7 0 � y � � ( �'� � I � � ' / I � � e I e � � � � ( ! � A � � �I � � � ( � � � ROAD WORK m � G20-2o ; !18" X 24" o (SEE NOTE 2) ( � � � � .Il. ' Work yehiolbs or other I equlFmertt necessary for � tha vcrk operatton� such ', aQ truoks, rtqveoble cranes, � , etc., ehaii rertaln tn I qreos seyarafed fran larrea � of trofflo by ahmneltza= I �'IOfI d8VIC86 Ot UII t�11188. �. i ( � � ' � C � � o � i Inaottve � � � vork i m � vehiole .�.'y• ( � � - �: .x v � � : .�` o m � -w.��� � a �) ��t.t� `o . S•� � � �c.., � I � a�: M F � � � N ( � . � � , 1 I J ' \ 1 � X f M � � � i � m � 1 � ( ROAO I woRK ANEAD cwzo-to 48" X 48" tFLACS - SEE NOTE t) TCP (2�1 c) Work Vehicles oti Shouider LECENO eaza Type III Barrlcade a■ Chonnaliztn9 Devicas q Fiay � Heavy Work Vehicie � Tlvok 6btmted Attenuatar �Trai ler !(ounted � Port�te Chmgeabie Fiashinp Arrov Pmel NI Nessaoe Sipn �� Flaqper .�.� Sfqn Post 'I � Converrtlonal -Foada Qily . �I �Taper tnn0the.have been randed otf. I L•Lenplfi�of 7apor ffTJ M+Nidth of O}leat fFT.I S•Poeted Speed <li'HI TYPICAL USAGEa SIIONT SHOHT TER11 INTEfl4FDIATE LCNC TEfifl NOBILE DWiATION .: STAT[ONAflY TEPoI STATIONARY SiATIONMY d � GE�lERAL N07ESa 1.' Unless othervtse stated in the plans, fiags attached to eiqns are REQUIRED. 2. A11 fraffla oonfrol Gevices iliustrated ore_REQUTAEO, except.those detioted witt� ttta trlongle syrtbol may be anitted when stated elserhere in the pime. 3. Type III ba-ricades are req.�lred on both sldes of worlc area at all times. (see BC S#a�dards for barricade detalls.) -0. Stockptled rnQieriai shauld be piaced a minlmtm 30' fran neai-eat trmeled woy. 5. Oh hiqh speed faolltttes advance warning a1Qns should be installed approxtmafely 3X iran the work area or fran ihe beptnninq of a ime or.stwulder taper. On low epeed facllitles the advance �orninp ai9n ahouid be placed on the "X' minimm diafianoe, � Oniy pre-qualliled pT�oduofia shall be used. A Ifst of carqlfmt ' products �d their &arces may be obtalned by vr�ittnp or faxin9: $�0(1401'd8 E(1Q�f189�Y' , . . T,•offlo Operatlone Divleton - TE Yexas De�finent af Transportafilm ('L5 East 11th•Street ' Auatln, Texas 78i01-2483 Flmne,f512? 416-3335 Ft�x {512) 4163161 E•�mail TRF-STANDARO�nailpv.dot.stote.tx.us Texas Departmentof Tronsportailon T�offlc Operatlats DNlsicn TRAFFIC CONTROL PLAN TCP t2-1 ) —98 (CJT�t(JJOT Uecearber t985 ��.+'rxoor na nooT m+� rwor «i rx 2�� REVI5I6N5 �.T' SiCT Ju9 NIGNehT � e-ss f-97 �IST (lyM�TT SN�iT �, A-90 i �m �m� >C 0.6� o �� �m }`; � O b oa-C 3 T} Z± � •�D L 4 �$ °m6 {}x�Lv �.co °'mw c�± L�� �o�". oo+ ��� a o XLC t�->� ` �o m+¢ �oL n�' m. m+ �m ��a > �,°- a�r m � �L ia� ��ti v� o �oF- o w� �bm OEt w�o mco �YW w «�. J.. � 0 0 CHANNELIZING DEVICES FOR URBAN ROADWAY TYPE PROJECT WORK S�PACE � � a / o �S''% � Piastlo Drun � Vertloal Ponel " WORK SPACE � o /�/ o � / � � uultl-Direetionoi Barrloade with,dou6fe headed arro� Far spaolnq between devtcee; see BC(81. Usa salf-riQhtin9 supporte in ar.eas where +here (a a htph potential for ohannel(zln9 devtcee to be ett-uok. a , � � BARRIER DELINEATION WITH SAFETY GLARE FENCE � � ` \ \\ � �\ 1� � � ffi * * � p � � I� `M e a A 4 � � d � `.,` � e � � Q NOTES: t. lenqth of Sofety Glore Fence vill be speolfleG else,rhere in the plans. 2. The c.un�lotfve naninal lenflth of the modulor uriite sholl equal the Ign9th of the tndtviduai seations of tsnporary concrete.traffic barrler on whtoh they a-e instol.led so tt�e Jotnt between bprrler secttons vill not be spanne,d by miy one unit. ' � 3. Panel/biades wiil be desl9ned sUch that reflective sheetin9 cortformtng wlth Deparitnentai A4aterlaf Spaoifioptlon IMIS-8300, Fiat Surfaoe Refleotive Sheetinp, 7ype C fHfqh 5peolflo Intenalty), mintm�m size of 2 inches by 12 Tnohes can be o+taahed to the edpe of �the p�el/biade, The sheetiny sholl be attoched to one panel/b[ade per section of concrete barrier not to exoeed a epaoinq of 30 feet. Barrler refleotors are not neoessary wfien panel/biatles are installed. 4. Moduler Glare Screens for head if�t bar�-ter shal) meet the requlrements of phi5-8610. Only pre-Qualified.produota shall be used. A coPY of the 'Compl larfi 1York Zone Traffic Gmtroi Devices iist' fCYrLTCD) desorlbes pre-quol(fted produota Qnd ihetr sov-oes ond moy be obtained by oontaotihps Stmdards Enqfneer Traffto OperQttons Divigion - TE 7exaa Deportment of Trmapa~totlon 125 East itih Street Austin, Texas 78701-2983 PhOrte 15121 4i6-3120 Fax t512) 416-3299 Inatruottons to looate the.`CY2TCD` on TxDOT website a-e: Sta-t ot vebsita - rwxr.dot.atate.tx.us C I i ok on "Aba.rt 7x00t", CI►ok on "Orqanizofi)orwl ChorF'r Cilck on Trofito Operotiona Box, Cliok on "CarQiigrtt R�ork Zone Traffto Corttrol Devioee', Cllok on "Vlev PDF'. fiiS 81te 18 q-irrtobl0. MU�TI-DIRECTIONAL BARRICADE e��-2 �� ♦ ��/ ' � Type III 8arrtcode Multl-Direottonal 8arricade with einyle heacled or�ow or CWI-6. t. Multt-dfreotional barYtcade ahall not ba uaed for lana oloeurea. 2. Mqy be used for shwp ohanpoe In ali9�ment, or acrose roadway fran stem of °7' Ihteraeotlo�. 3. Typloally Used for irri�arnie;dtate Term Statlonory, Short Term Stutionary or Short Oura4lon work zone operatlons. 4. See the CWZTCD U at fior approved 'deaipns. USAGE OF CW1 -69 �CW1 -6a AND CW1 -8 S�GNS � LEGEND Concrete 6rn-rier � \�� . ♦ 9 4 _ ♦ � Barricade q 1g Charmeilzinq.devices ('�'1� Troi �er mamted L�'_Y f � ashi ng arrow pane i \ � \ \ Safety fliore fenoe PREQUALTfICATION PROCEDUftES ARE 087AINED FROhI: CONSTRUCTION DIVISION-AiATERIALS AND TE575 SECTION TEXAS OEPARTIAEN7.OF TRANSPORTATTON IT�OT) ' 125.EAST 11ttt STREET AUSTIN, T%_78701=2q83 tlEPAHTIAENTAL MATERIAL SPECIFtCATI0N5 FLAT SURFACE REFLECTIVE SNEETING DMS-8300 �EIINEATORS,AND OBJECT MAHKERS OA15-860D NODULER GCARE SCR�EN$ DMS-8610 COIOR USAGE SIGN SN�ET"ING OfiANGE BACKGRa1ND TYPE E tiUJORESCEN7 PRISAATICJ WHITE BACKGROUND 'fYPE C tHIGH SPECIFIC INTENSITY) BLACK LEGEND & 60ROERS VINYL NON-REFLECiIVE SHEETING REFER TO 7HE BC SHEETS FOR SHEEtINC REQUTREAtENT ON CHANNEIIZING DEVICES. CW1-8 7he CHEURON si9n (CMI-e) may be used to replace roadside delineotion on � curves or uaed fn tran- �"' 81'�'�0(18 Or 'faf701"8r . o� � � Pavement 5urfaoe s""] ECW1-6a � M UPMARD SLOi'ING AflROM �atqn fECWi-6a1 Ie Irttended � to be used to Indlcate the 6eq)minp of u uurva a' traneltim. It ahouid µP� be preceded vlth an appro- priate ourve a(an when � nuedod, md ehoultl rwt ba � uaed +hrouqhout tite au-ve h or trorisitlnn, Ativlaory epeed plaqua ta opt(onai. 1 �\ \ : Pavemant Su-face . . � cwt-6 A LARCE APROW alqn lCFIt-61 le irttended to be used to qive �otice � of a shwp changa In aliqrmerrt (turn) in the � direotion of traVei. It � ahouid be praoedad vith qn approprlate advonce .�\ \ ; conetruo}lon vacnlnp, Pavemenfi Surface �urn eiqn. . cw�-a , � / / � , / / rnzce� � r ' ILLUSTRATION I OF $I6N1NG FOR A CUHVE CYI� -8 � � � � � j7 CW1-6 l! " �3 7YPICAL ' ILLUSTRATION OF SIGNING FOP A 7URN � � NOTES: t. CNI-6,_ECN1-6a G CW1-8 814na ahall be moitifed on flxnd suppa'ts. 2. Chevrons, rfien used, ehall be orecfied on the oufialde of a eharp ourve or turn; or on.the far etde of on interseotton. They eryall ba In Ilna with md at rf�rt orrqles to.opproachin0 trafflo. Spaolhg shouid Ca such 4twt the mota-Ist alvays has thrae in vtev, until tha ch(rqe in altprrirerrt ellmfnatea ita oeed. ' 3. For ;wo-xay tra441o, uce sane arrmparant of eipns on outslde oi eurvo fer eadt direction of fraveL 4. Apprcpriote advmce vornin0 CURVE or TURN eiqn rffih Advisory Speed Plaque shduid be usad when riaeded. The fiive categories of v+ork duration orcd tfieir time ot a location shali De: A. Lonq-term stationary is vork thot occupies a location more tha� 3 days. 6. Intermediate�term siationary ts work that ocauples a loontion more than one dayltght period irp to 3 days, or niflhttime work Insting more thcm i hour. C. Short-term stationory fs dpytime work that acoupies u locdtion for more thcn i tiour, but less thnn 12 hours. 0. Sfiort du-atlon Is work tliot occuptes o IoCation up 4o I hour, E, Mobile ia work 4ho4 moves intermlttently or aontfnuously. �Texas Department af Tronsportutlon Traffic 0/�rallons DNlslon • TRAFFIC C�NTR4L PLAN TYPICAL DETAILS wz tTa� -o� QC Tx00T February 1998 a.+ ncoor cK� ncoor x: �ooT cK� rzoo '�� ftEY157QV5 � �i SiCt .Ai9 � u[dwRt � 3-03 �IST � S�Ah.TI SNE:T nU. Sinqle Headed Arrov Oouble Headed Arrow �m ��� �a� ��� ++ L p4C x h+ x° * � _m •�� �`mm a � �mE }Ll7 LCO �wm c ��- _ a�ioi �+ w�� W;C L ��� +�a T nm+ � �� ��� � �w� ooa ��.� =v�o } b tl7 OE+ �=� o m�o �Y W i a U � 0 Edge Height (D) ino 30 � ' ' ' ° .,"� . . • ,�. V' ' • p• ' � � p � ' � O � r ' p � D' ' � ' , D �� ' r D 24 ° rp� ',•D',�' D' p'�'•'��'� f �. � � ', p 3� .' o � DD •�i . � � ' D' b . � � � d D �, � •D'. '�D'', p ,!,D,r 5 'e �, •°• o, .' p' . . � ,�r � 2 ,. . > � ��0: ,�. . 0 1 0 20 30 f�-, Edge Condition I S=(3� 1> (or f I atter) �n � Y warn i ng Dev i ce or z �—�--) X Traffic 6arrier 4" White Edge Line or Edge ofi L.anes being used for maintenance of traffic. 0 v ID Edge Cond i-h t on Notes: t. Edga Catdition T: Most vehiales are �le to trrnerse cm edge condttTon +rttfi a atope rote of t3 40 11 or fiatter. The slope must be cronatructed vith a ca�pacted mal�erial oapoble of s�pportirp vehioles. FIGURE-1: CONDITIONS INDICATING USE OF POSI7IVE �ARRIER FOR ZONE 5 ( � ) 90� 000 eo,000 W m 7 f0 0 X W U � a H 70�OOp 60� 000 50,000 q0,OQ0 30,a00 20,000 �o;000 �0< 0��< 6'� � o{�, aea e°`t` 'i{� (\�\G p0� � u���JRgG `' d�e�. e°' co�°�GJ�� ,� 6�x° ��,0 °< ��a�d��s, e°< <�e y �e�ot �l�AO ��G G�� rti,�q� �e°5sp0°�k `JO��g�a�1g 44�,� / a� aoX���`�� � , , , 0 5 10 15 20 25 ft. Loteral Clearanoe fY) 1 Em ADTxT Where AD7 Is �that portion of the average dotiy tra°flo voilmie traveltn9 Within 20 feet (generally two adJaoent lanes) of the edge drop�ff condttiorl; and, T is;the dura� tlon time in yeors of the dropoff condition. Z ffgure-1 provides a practioal approach to the Use of positive bar�iera for the protaatfon of vehiclea fran pavEtnent drop-offa. O+tier factora, such as the presence of heavy maohinery,'constructlon workera, or the mix and voidme of traffio moy moke the use of positive borriera appropriote, even Mien fi�e edge oondition olone tray not justify 4he use of a bm-rier. 3 An approvr3d end treatment shouid be provided for- any poslt►ve t�arrler end looated withtn a laterai offset of 20 fiee� from fihe.edge of fihe travel lane. These gutdelines appiy to iemporary trcrffio control oreas or rork zones vhere continuous pwemertt edqes cr drop=offe exists parqllei and od)acent to a lane , ueed by traffTo. .The edqe vonditlona moy be preaent between shouldera aid ' trdvel lones, between adJa ent or opposinfl•travet (ones, or at ►otern�edtate potnts ' aoross the width of the pu�ed sYx�face. Due to the voriability ln construotloh operations, toleranCes ih 'hs varlabie's may be ailawed by the engineer. These guidellnes do not opply 4o short term operattans. 7hese quidei►nes do not cons{itute a rlgid stca�dard o+- polioy; rother, they are puidance 90 be used in conlunatlon r�ith engt�eerinp ludge�nent. These g�iidelines may be updoted on the Desiqn Divislon's on-llne mandaie. ���������e��� . ,.♦�♦�, .�.��� P` ���.��w♦i►� , �� � �, . /� � > 24 > 2- >1- (Y) in Feet .� r 0�� o v • p. D ', ' �,' ,< . � � � 'o �� . .D; ' D . •D•.�. . Clearance ine 30� 0 10 20 30 fte Edge Condition IT S � ((2a99)�1) to (1�1) �S�• p �� FACTOR5 CON5TDEREO IN 7HE GUIDEITNES: � 1. The "Edqe Condition" is the alope f5) of 'the drop-off (H:V). The "Edge Neight ds the depth of the drop-off "D". 2. Distanoe "X" !s to be the maximum. praoticai under job condittons. Two fest minimCm for high speed condifitons. Distance "Y" is the Iaterdl oleorance from edge of travei DEFINITION OF TREATMENT ZONE� FOR VARIOUS ED�E CONpITIONS in Inches versus Laterai i no �0 ' � •, >24 >5 �.� >1 � 1 0 20 30 ft. Edge Condition III S is steeper than (1�1) ����� o Zone 7reatment Types Guidelines: O No treatment. � OCW B-it °Uneven Lanes" eians, 2 CW 8-9a "Shoulder Drop-Off" or CW 8-11 sfgns pius 30 vertical ponels. O Cw g-9a or Cw 8-11, si9ns plus_druns. Where reatrloted apace precludes the �ae of driuns, uee ver+ical panels. An edge.�tfl moy be , provided to chan9e the edqe slope to that of the preferabie Edqe ConditJon I. O Cheok I,ndtcatlons (FJgure-1> for positiVe borrier. Where posltive barrler Is not indicated,. tha treatmant-sfiown above for Zone-.q may be used after cbhsiderattoh of other applToable faotore. �m ��� ¢€� 0 0— T <1 E �+i v- ��� z�+ Z�m =•a L a�4 �m � ��ti ��o a �* a��i�L P~ O �gi Xt.0 m d— ` �� �*w �� ° ��g ��.'o pC�t �� �� � r°-+° t�ipv �ov ��� 0 wo +a �o oE+ ��a m�o �YW � � J . H 0 w F- Q Q Barricade and Construc-hion (BC) Standard Sheets General Notes: la 24 30 4a 50 6. 70 8e 90 100 11. 1 2. 13e The Barricade and Construction S-fiandard Sh�ei-s (BC she�1-s) are intended to show typical examp l es for p I acement of temporary 1-raff i c conl-ro i dev i ces, construct i on pavemenl- mark i ngs, and typ i ca I work zone s i gns. The i nforma-F i on con-i-a i ned i n these sheets meet or exceed -t-he requirements shown in -Fhe °Texas Manual on Uniform Traffic Con��roi Devices" (TMUTCD>e The development and design of the Traffic Control Pian (TCP) is the responsibility of the Engineero The Contractor may propose chc�ng�s to the TCP that are�signed and 5ealed by a licensed professional engineer for dpprovala The Engineer may develop9 sign and seal Contractor� proposed changes. The Contrac-f�or is responsible -For instQlling and maintaining the traffic control devices as shown in the pianso The Contractor may not mave or change -Fhe approximate location of any device without �the approval of �hhe.Engineer. Geomefiric design.of lane shifts and cletours should, when possible, meet �hhe applicable design criteria contained in manuais such as the American Association o�F 5tate Nighway and Trc�nsportat i on Off i c i d I s (AASHTO) ,"A Po ( i cy on, Geome-Fr i c C�es i gn of H i ghways and Stree-Fs", -hhe TxDOT "Roadway Des i gn Manua 1" or eng i neer i ng j udc,�men1-. When projects abut., -Fhe Engineer(s) may omi�h the END ROAD WORK, TRAFFIC FINES DOUBLE, and other advance warning signs if the signing would be redundcmt and the work areas appear contin�ous to the motoris�so If -Fhe adjacent project is comple-hed first, 1-he Contractor shall erect the necessary warning signs as shown on these sheets, the TCP sheets or as direoted by -fihe Ertgineera The BEGiN ROAD WORK NEXT X MTLES sign shall be rev i sed 1-o show appropr i c�te work zone d i stanoeo The Engineer_may require duplicate warning signs on the median side o-f divided highways . where median wid�th will permit and traffic voLumes justify the signing. A I�I s i gns sha I I be construc-ted i n accordance w i-Fh the deta i I s found i n the "S1-andard H i ghway S i gn Des i gns for Texas9 " I atest ed i�i- i on. S i gn deta i I s no-h shown i n th i s manua I shall be shown in -Fhe plans or the Engineer shall provide a de�f-ail to the Contractor before -fihe s i gn i s manufacturede The temporary tra-Ffic control devices shown in 1-he illustrQtions of the BC shee�i-s are examp l es. As necessary, -Fhe Eng.i neer w i I I de-Ferm i ne the most appropr i ate �traff i c contro I devices to be used. As shown on BC(2)q the �BEY WARNING SIGNS STATE LAW sign cind the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque sha_II be erected in advance of the CSJ limitse The BEGIN ROAb WORK NEXT X MILESq CONTRACTOR and END ROAD WORK signs shall be erec-he� at or near the CSJ I im i-1�sa . � Except -for devices required by Note 109 traffic control devices should be in place only while work is actually �n progress or a de�finite need exists. The Engirieer has 1-he �Final decision on the location of all traffrc cQntrol devices. Tnac-�ive equipment and work vehicles, inc'luding workers' private vehicles mus-h be parked away -From travel Iqnesa They shoulcl be as close to the right--of-way line as possible, or I oca-�ed beh i nd a barr i er or guardra i I, or as approved by 1-he Er�g i neero Worker Safety Appare I� Notese 1. Workers on foot who are exposed to traffic or to consl�ruction equipment within �i-he right-of-way shall wear high�visibility safe-Fy apparel meeting the requirements of ISEA "American National Standdrd -For High-Visibilil-y Apparel" labeled as ANSI 107-2004 standard performance for Clqss 2 or 3 risk exposureq Class 3 ga►�ments should b� considered �for h i gh 1-raf�F i c vo I ume work areas or n i ght -� i me work. Only pre-qualifled produofs ahall be used. The 'Canpliant Work Zpne 7raffio Corrfirol Devices List' tCWZTCD) describes prequaltfied produota and thelr sources and may be fiotrid on-iine at the web address ptven belov or by c�ntacting: 7exos Department of Transporfatton Traffia Opercrtlons Aivision - TE Phohe (512) 416-3134 WEB ADDRESSES FOR REFERENCEO OOCUTAENTS Compiian� work 2one Trofflo Controi Devloes Liat (CwZTCD> http://wwr.txdot.qov/publioattons/traffio.htm Texas Manuat on lfniform Traffio Control Devtues tTIAUTCD) http://w+r,�.txdot.gov/pubitoatlons/troffio.htm Standard HIQh+�oy Stqn Deatqna 4or Texae (SNSD) trttp://wwr.i7cdot.qov/publtcationa/traffio.htm Traffio En9lneerinq Stdndard Sheeta http://rnw.txdot.pov/bustness/disolaim.htm lAaterlai Produoer Lisfi http://w�w.i-xdot.pov/bustnees/produoer�iisfi:htm pepartriien#al Material Speolfications t�fd5? � http://ww.ixdot.pov/serVtoea/oonstruatton/moterlol*speolflootlone/ Rcadwoy Uesiqn Mmuai http://wwv.txdot.qov/aervioes/qenerai*aervices/monuals.htm �s Department of Transpottatlon Trolflc Operollons DNIslon BARRICADE AND CONSTRUCTION GENERAL NOT�S AND REQUTREMENTS 1 of 12 VTxDOT 1�-4-0 4-03 aEns�ays 9-07 BCt1)-07 MJ T%OOT fX� tX�OT 7N: T?90T cK� T%00 Cu,T 5'cCT Ju7 N�pNNFI �IS� CWnT7 5t4.<r r�. � TYPICAL LOCATION OF CROSSROAD SIGNS :' T-INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN STZE AND SPACING�,s,s _� � �± ROAD WORK ROAO ROAD MORK '� E� C� NIXf X WILES WORK CWZO-10 ROpD NORK G20-IbL C� NExt X►rtlES SPACING _+ C20-2a �AD NOAI( � lOptimal � z WILES �' AHEAD N� X�l� `�' �0-ibR �� � SIZE 9 c see Note G20-ta � d d � �°f� 41 1 � � 51 gn Conven- Posted S i gn a 't � � � INiEASECiED T i giack - Clty G' toQO'-t5o0' - Ftry X Nu�nber tionai ExFreewayy/ 5peed Spaoing .� �i ROADWAY � X 1000'-1500' - Nwy �r 1 81ook - City' 01- SeY'ieS Road "X" im� CROSSROhD �-X X x � �� r cw2o 4 n�H �BBt ;b � a h lApprx.) �F X X % /�� CSJ WORK. CW21 ?� G20-9 ��K / 00' liml# G20-9 ZONE CW22 48" x 48" 48" x QB" 30 120 ' o �, �, �, Z�E BEGIN min. u TRAFfIC 35 160 �} ROAD R TRAFFIC C20-5T �A�� K CW23 ROAD WORK \ R2o-5 �jNE$ �xT X p[lEs Q A20-5 FINES CW25 40 240 WORK Nu� Q .a DOUBLE c� nexr X u1�Es DOUBLE � m AHEAD NEXT X Y1LE5 b � F20-5 � C20-6 c�ittn /'� � R20-5 „�,,, CWt CW2 45 320 i� CN20-1D C20-2a �� Q PLAQUE �" �A� VLA�UE "�""0/ CW7� CWB� 50 400 G20-to (Optlonai ROAD M'piK cann�cron , , 36" X 36" 48" X 48" i� see Note CW9 CWt t 55 5002 �� 1 and 4) �� � CW14 � 60 609 Z 0 .V 3� Q May be mounted on back of CW20-10 atqn rlth approval of enqlneer. fsee note 2 below) ' G20�2a CW3, CW9� 65 700 2 CWS, CW6, AS" x 48" 48" x 48" 70 800? >v°- 1. The typicai minlm.m siqnind on o crossroad approach ehould be a CW20-1D ROAO NORK AHEAD siqn and a CSJ LTAIITS AT t-INTER5ECTTON . CW8-3, 75 900 2 !o G20-2q ENp floAO NORK siqn,uniess noted otherrfse'in pians. CW10, CW12 80 10002 �� 2. The Enqinear moy use the reduded alze 3e" x 36` ROAO WORK AHEAD fCW20-1D1 sign motmtsd back to book 1.'The Enqineer WTII determine the types snxl locatlon of any aGditlaiaf trofffo control devices; euch as a � �� with the reduced size 36° x 16" END ROAD WORK iG20-2a1 si9n on low volune crosaroads tsee Mote 4 ander flaqqer and accanpanyinq siQns, or other siQns, thot should be used when York is being performed at or � � � 'Typicai Constttiction Warnirtq Sign Size ond Spaoing'). See the `Stmdard Hi�rroy Slgn DesTpns for near an irrherseotlon. ,¢ Texas` marwnl for si9n detalts, The Enqtneer may cmit the advmoe warntng siyne ori lov volune 2. If canstruation closes 4he rood ot o T-trtterseotlon the Corttrcwtor shall plooe the�G20-8 "Contrnctor Nmre' �� crassroads. The fnqineer will determine W�efihor a road is low volune. Th1s infqrmation sholl be shown alqn beMnd the Type IiI Barrloadet� for the, road oloaure tae.e BC(16) also). The G20-ibl ond G20-tbfi yP rp qhroys, expresev�rys aid free►nys, see port 6 of the �L In tha plcv�s. sipns ahall be replaced by the deteur siqninp oailed for in the plans. ��a' t Icoi sl� epaoi e an dtvided hl ����Im diaqra�s Texos'unxx�i m tkiifam Troffio Cmtrol pevices' tilU(COl typical � 3. Based on extstinq fleld condittons, the Enqineer/Inapector tray require additlonal sipns such as FLAGGER or TfP Stmdai-ii Sheets. ;} AHEAD, LOOSE GRAVEL, or other approprinte si�s, Nhen odditional aipns are rec�ired, these signs rt l I e 111nimm dfstaroe iran rorle o�ea to firet Advmce �o-ning aiq� neaeat the rcrk creu mNor ' be considered porF of the mfnim;m rec�fremen�s. Tha EnpineeNInspeotor wili determine the prope� distmCe bet++een eah adJitianal siqi. �o locatlon ond spaolnfl of any sign twt ehom o� the 6C �eets, Trafflo Control pluri sheets ar the Nprk 2one Standard 5heets. General Notes: � 4. 7he G20-10 slpn shali be required at hiflh volune crossroads to advise m�torists of the IenQth of 1. Speoiol or IorOer aize siqns moy.be used as necessvy. w conatructlon in etther dtrectfon fran the interaectlon. The Fitgineer w1f1 determine whether o roodvay 2. Dist6ica betYeen atqns �ouid be irwreased as required to twve 1500 feet advmce rmiing. � m la consi.dered high vaitme. 3. Distmca betrreen elgns sfauld be fr�creased as requlrad to have %2 .mi le cr more odvmce rorninq. . �c 5. Additioncti traffic control devices moy be shorn elaerttiere in the plau fior hi9her 'volltne crosaroads. �. 36' x 36' ROAD MGAK AHEAO (CN20-10) el�s may be'used m(ow volune croasroads at the dlacretlon + 6. when work oCcurs 1n the intersectlon nrea o � , ppropriote troffiu control devices, as shown elsewhere tn of the fnpineer. See Nota 2 under'TypTcal Locnflon M Crossroad Slyns'. � the pi�s or as determined hy the Fsqineer/Inspsetor, ahall be In place. 5. Onty dimmd dwFed rarninq elqn sizea are Indicdted. !�g 8. See sion size Ilsttnp tn `TIR7t'CD', Sign Appendix or ihe 'sta�da�d Hiqhvoy Styn Desiy�s fa- Texas' monuai for crnplate 11at of wailable sipn Qesiqn stzes. � WORK AREAS IN.MULTIPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE �AYOUT OF SIGNING F'OR WORK BEGINNING AT THE CSJ LIMITS �� ❑ _^T BEGIN c/��� � NOT ROAD OO Bjyp6piK C20-9T�E�F pgEY �EiE G20-5T R AD NORK \\ � � PASS WaRK ZONE MARNING ��R 48` Cr'20-1D ROAD � ��[� 1J �,1-4� R4-1 (as ANEA� iAAFi1C R20-5�EiF sISNS ROAD WORK � anP+'oPriate) FI� STATE LAW 5.5' CNI-4H �'� G20-6 cm OOUBLE WORK �EA AHEAD � n�� XX +s R20-5 '� � AHEAO 3K / XX axm�Rp� wo.K CM'13-1 CN20-iD .; ";,� R20-3 aFif �i ��M I� �/ CW20-1U xP.K CW13-i TYPe IIT Bm-rlcade or � x X x X PLA4UE x v p ll 5^E ohmneilzlnq devioes t`----�- 3• � d ��4 d d � d ���IIV��� 5�� '� q 42" . . � �r . . �g� � . � � ,oa _. � ._ _ ���UV� 5�� 0 � 4w I _� '� A�EAK � ( Begirntn0 of NO-FASSING Iine shovid a� . ENp Q (n� ��� � ��p(j(1 3X Devt�sizinq CSJ Umi4 p �0 �"dlnafe with eipn location frORK TONE �20_� �� NJ ° ° iiu stl° Nhen extended dlstcmoes 000ur baiween mihimai �ork areas, tho Enqineer/inspeotor should ensw-e addffional ��b�'�K 6.g• Road Work Ahead (CW20-iD) algns'are piaoed in advance of ttiese wotic areas to remind drivers they �e sttfi G26-2a �E�F within 4fia proJect Ilmits. 5ee the applToa4le TCP sheets for exaot looation 6nd spocing of signs and channeiiztn9 devices, R2o-3 Leqend/eorder- - Biack SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LTMITS N07ES eaokoround - whlte �` . T �E�fczo-s WORK The Contractor sholi datertnine the O BEGIN Z�E ��Y aAW aPriafie distance to be ptaaed on the �� czo-sr o►�o � TRAFfTC Nnat+tNG G20-1 eeriea Siqne pnd G20-ST sifln for �Texas Deportmerrl'of Tt'dnsportatlon ROAD ROAD ROAD � 1f 11[LES 9EiE R20-5 f1NES SIGMS ��'s�o1f �a P�'oJect. Th►s diefiance shal I ,� Trofflc Oporallons Dhlslon CLOSED flp_Z K'ORK � WORK w,� ���� replacQ the 'X" md shail 6e roinded to LEGENQ Cwl-4l AHEAD �z MIIE �f $TATE LAW the nedrest tifwle mfle wlth the approvpl Type TII G2o-6 Ef° �� �Z0-5 � af the Enqineer. No deoimais shall be � 0°�'-6 B°rr'°�e �- � x �NI3-t CW20-1D CN20-IE �.� ' ��� PLqQUE �� p2o_� .�� �5�. � 5,�, BARR I CAQE AND C�NSTRUCT ION ohamel izlny devicoe The G20-9T md G20-2b ahoil be uaed � ,K X\�,,, x\�>,�_X \��, � x x O►fieh advance s14ns are reqUired�outeide o o�,�,a��z,�o ��r�e PROJECT LIMIT a a. a a d d the CSJ Limits. 7hey lrtfornt the motorls# STANDAf2D of entering br Ieqvinq a work zone vhere '( Type CII Baricade j traffto fines moy double tf workers are 1. a I —�— � G' �ege°t. 2 Of 12 BC ( 2)— 07 I ����Z�❑ u ^ � �� u � � �E�E RequlYed CSJ Llmlf si i See X See Typical Construotia� �✓ �evices Q ( CSJ Umit Nate 10 on 9C( 1I. ��� � �;i Wornir�g Si�n Sfze ond '� � Spac111q chaft a' the � T x 0 0 T I 1- 4- 0 2 o n� T x u o T u u t z c o r �� t z o o r c t� r x p a r NORK p Areo fOr piqcernCnt of °ROAU WORK TbIUTCD fDr Siqn 9-07 "�''1510N5 a+.r rcr ,nn xtwMh�'. F� AREA � ���� ppp��qK G20-2a ik�F � AHEAD' sipn ond other &ifln5 pr daVlaes SpoCing requirements. d �+ a9 ca l le d for qn t h e Traffta Control Pi�. ^In �T� s��r h�. 0 LL ��2 w � a U 0 ;1 �;C a �± ��� L 4 OR�-L a o+"± Z-'a 'Qi 4•� � �a m + L� �°, c � of0+ m�i ���o+ uixa ��E �>� L 0N4 � ¢.� >,; n m� ��� d �� '-LG �w+° �a� �rX� =nm ��mm o �+ w= o mco �im w � a U c �-W- Q Q ' TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM STGNS c�E�� �oT�s Fa� �K: za+e stGNs � 1. Contraotor shall'instaii and m0intoin si0�a in o stralpht and plurb ca�dltlon md/or as direoted by the Enfllneer, c' 2. Wooden sifln posta shal� be pqirtted r�filte. 12' min, 3. Barricades shal� NOT be used as sipn supporfis. 4. Nails�shai�'NOT be usetl to attaoh sTqns to ony euppart. �0�� ���� 2. �0�� 5: All stqns shali be instolied In accorGmce with the pians or as direotAd by the Enyineer. Si�s shall be used to regulate, warn, ond minim�m ' �OB1� ���� Ouide'the travelin9 D�IIo eofelY throuQh the vork zono. . �iJo�� �o��( ,�� ���� 6. The Gontrae4or may furnish etther tfie sipn destqn stw�m In the plans or !n the 'Stondard Hiqhwoy Slqn Dasiqne for Texos' (SHSD>. The ���� � ��� �b �1��+� Enpl�esNInspeotor may req�ire the Car}ractor to furnish other varlc za�e siqna that are shovn In ths TXIUTCD but moy hava bean anitted � p d����i frcm the pians. Apy voriotion !n the plma shnli be'documented by writi-en oqreanent between tfie Er�qineel' ond the CoRtraotor s m v 6, Responsibie.Person. AII chanfles must 6e doounented in rrittnp before beinp impfe�nented. This om i.nolude docuneM-inq the ch�qes In � �' mtn. � the Inspeator's T�OT dia-y and havinfl both the Inspector �d Contraotor Tnitlal and date the agreed up8n chmges, _ 0 5' � �F�E µp,H, 7. The.Corrtraotor shall furntsh sign supports Ilsted In the 'Caipliartt Notk Zone Traffio Cattrol Devioe List' (CWZTCD). The Contracta- 7.0' min. �r shall install the si9n suppor+ in accordaice wlth the monufaoturer's recannendationa. If there la a quostlon reqardinfl instailation > 9.0' max. > 9reaFer 7:0' mth. � proaediu-es, tha Contraotor shall f�n-ntsh the Enqi�eer.a copy of the m�Ufabturer's inatallation recotmiendafiions so 4he Enqineer ean � � 9,0` rtrox. 7.0' min. Yertfy ihe correct proceduree ore beinfl foliowed. '' 0'-6' '' � 9•0' mmc. 6.0' min, 8. The Contraator is reaponelbie for (nstailinq eipns on approved supporto aid repiaoir�q elqna vith dmaqed or cracked a�stratos and/or �l daraped or rtarred refleotive sheettnq as direoted by the EnflineeNinspector. 9: Itlentfficafilon rtarkinqa rtay be shorm only on.the baok of the atpn aubetrate. The moxtm:m helpht of letters and/or caipany lo9os uaed �° a � ' for ldenttflcatton shail be i' Inoh, Paved ����/�/�� rJij���j Poved �����///:� i5�`�� 10. The Confiraafior shall replace dviiaqed vood posta. New a- danogad r�ood aipn poate shali not be apiiced. iaq shouider � \ � DURA7ION OF IrORK fae definad by the 'Texaa Ilarx�al on Untform Traf4to Control �evioee' Part 6) shoulder ����� 1. The iypea of sign auppw-fs, siqn mamting ha►pht,the elze vf si�is, and the type of eign substrates can vory twsed on the typa of / Woric beino perfocmed. 7he Engineer is responeibie for seleotino the appropriafie size sipn for the type of wa-k belnp performed. The � tthen placinp,skid euppori�s on unlevel pround� the teq poat le�qthe rtr�st be adJuoted eo tha alqn appeare atraiflht md plurb. Contractor'is responsfble for ensurinq the sign support, sign mamttn9',hetflhf and substrote meets manufoaturer's reoomnendations in reflard to crashworthlnese ond durqtion at vork.recNirements. UbJeots ahpii NOi be.plaaed tnder skida as a means of leveltng. a, Lony-term stafiloncp-y - work thqt oo6upiss o tooaflon more thc� 3 dcys. b. interniedlafe-term stationary - woHc that 000upfes a locatton more th� ona doyli9ht pariod up to 3 days, a' nlqt�fifine work Iastlnfl iF�F When plaques are piaced on dual-leg supports, they should be attaohed to the UpriQfit ne�eat the trovei lone, mor-e thdn one hour. ho r Suppie�rientai plaquea ladvisory or distance) should not cover the s�a-face of the parertt st4n, o. Shor}-fierm stotionary - doyt(me work ihot oca�pies a loaa}lon for aare than i hour Tn a sinqie dayllqht perlod. d. Short, duratim - work that oocuptea a I000tion up to t hau-. e. Atobile -►�or-k thot moves contirxwusly or•intermfttently tstoppin9 for up to approximotely 15 minutesJ � Supyort . ATTACNMENT FOR SIGN SUPPORTS AttaGviient to wooden aupports slcN kolittTlNc NEIGN7 Sholl not wiil be by boltg ond nufis �• The,"bottan of Lonq-tern✓Intern�ediate-term eiqna shali be afi leosfi 7 feet, but rat more thm 9 feet, above the paved aurface, except VY (�� , as shown for supplemantal plaques mounted below other eiqna. protrude or sorews. Use TxDOT s or z, The bottcm of Short-ternVShort Dwatlon 81pns'shall be a mfnimm of 1 foot above the pavement surface but no more than 2 feet.obove YY" obove siqn manufqoturer'� recortrc�ended the qround. �0��. procedures for- vt#ochirw siqn 3. Loaq-tetin/Intern�edidte-fierm Siq�s may'be used in iteu of 5hort=terrNsh�;f �u�atton sipnin9. substrates tb othar types of 4. ' Short-term/Short Ovratj,an sTgns shall 6a used only during daylight and shali be removed at the end of the rrorkday. or raised to elyn eupports app�-opriate tong-ternVIntern�ediote siqn hei�fi, � ����0 Support � O� D �+ 5. Re9ulatory signs shail be mau�ted at feast i feet, but not more th� 9 feet, obove the paved surface re ardiess of work duratlon. Na i I s wi I I IJOT o �0��� sho„ �+ o / SIZE OF SICNS i.� Th8 �RBBf Ii1a protrude be Q � � OWe�. �9 Y aliow ths use of p�wller eize oonstruotton ra-ni�g a7pns at seoondary roade or aity streets tifiere speede are low If � above siqn ('{' o (-1 the siqn slze is Ilsted as � optTon en the `7ypical Construction Warning Sipn Sfze wd Sp6oTnp' ctwrt shotin on BCl2). � OM��,� � �� O�� � � 2. Th.e Contraotor shdil furnish ihe sipn aizes @horn in D��g, 1he BC,Sheryts, tfie TCP sheets or as.directed by the En9tneer. . T � EQC�) S I C,�(1 5IGN SUBSTRATES �(�(� ��� � Sr1C�� � be attaehed �� ��ractor ehall ensure'fihe siQn subatrate la insttllled 1n aocord�;o with ths manufacturer's racartnendatlone 4or tha type of eiqn _ �� s�j11 Q p � aupport that is belnp used. The CWZTCD Iists each aubst�ate thot can be used on fhe different types md models of siqn supports. ,� � d i rect I y to -t�he s i gn 2. �Nesh' type materipis a�a NOT an opproved ei9n'stibstrate, re9w'dless of ifhe tf4htneea of the +reave: Siqn suppor-fis stwll 3. Ail vaoden.Indivtdual a19n prnels fabricated fran 2 or more pie9es shall hove or�a or mot-e.plywood oleat, i/2" thlck by 6' wide, extend more tnan � Sl.1j�j�Or'�". MU I'I�I p I 8 fastened to the baok of the siyn ond extendltiq fulty acrass the si9n. Tne olevt shall`be attaohad to the back of the slgn usin9 rood V2 way up tha screws that do rwt perietrate the Pace of 4he'siqn panel. The screvs shdll be plooed on both sldes of the splice and spaced at 6" back of the siqn s i gns sha I I not be cerrFers. ihe Enqineer may approve other methods of spifcing the sign faca. subatrate. � REFLECTI4E SHEETING � o i ned Oi sp I i ced by i. Aii si�s shali be retrorefleottve and constructed of eheeting meetinq the aolor ond retrn-refieotiv)ty requirements of DMS-8300 FRONT ECEVATION for ripid sipris or DMS-8310 for roil-up siqns.,fie web address for DNS �peoifications ts shown on BC(t). Mood, metal o� any me ans. �OOd 2. Wttite sheetlnq, meefinp the requirements of D�tS-8300 Type C tHiqh Speai'rlo Tntenstty), shall be used for aiqns rith a white Dack- P1Cer Reinforoed Ploatlo � qrotv�d. su pports sha I t (lOt b8 3. Oranpe sheetinq, meetinq tha requtrements of pMS-8300 Type E IPluorescenfi Prismatfc), shall be used For rt91d aigns wi4h a-anqe Spl lolnq errbedded.perforoted square metai ivbin9 fn order, to extend poat @X�I'@I1CJ@C� or re a i red �ck9rands. height wtli oniy be oilowed rfien 4he splfce la made usinfl 4ouc b.pits, two SIDE ELEYATION p SIGN LETTERS above and two below the spice point. Spiice must be locoted entTrely behind by sp I i e i ng or . >> Aii alqn letters and nurbers shali be olear, and open rounded type uppe��case.aiphobet lette�s as approved by the Federal Hlahway the siqn substr4te, not neor the base of the,support. Spiice i.nsert len9fhs Nood AcfiinistratTon lfHwA) ond as p�lished in the `Standwd Highway Sign De:ityn for 7extis' manual. Signs, letters cnd nurbers shoil ba of should be ot feast 5 timea nantnai post aize, oentered on the spllce ond p'j'j�e�" (p$QnS. firsf olass worWiianehip in accoi-donce vith Oepartrtient 5tandords ond Speafficotions. of ot least ifiie sane quage material. . RFMOYTNO'Oft CAVEpING . i. When siqn messaqes rnay bs cortfustnq or.do rat apply, the sl9ns shail be removed or compietely covered. � 2. Lonq-term afationary or intermedlute stationa*y sJqns Instailed on aquoi-e metal tubinp may be turned avay fran traffio 90 depreee when CONTRACTOR REQUIREMENTS FOR MAINTAINTNG PERMANENT SIGNS the slQn messaye ts not nppl fooDle, ihis type of sipn support meets fitx: crashvorthlness standords reqardiess of the direot(m of STOP/SLOW PADDLES ih�pact. This teahnique may rwt be used for et�s (nstal ied in�the medtai of divided Mqhroya nr near ariy intersectioiis vhere tfie siqn t. STOP/SLow paddies ore the primory tnethod to control firaffia WITNIN 7HE PROJECT LIMITS may be aeen fram approaohinq traffic. � by flaqgers. The STOP/SLOW paddie size should be 24" x 24' � 3. Sipns tneta U ed on vooden skida shail twt ba turned at 90 de9ree myles to the roadway. These aipns ehould be removed or canpleteiy 08 detaifed belov. 1, Pernanertt eiqna qre used to qive natioe of traffio iuws or requlotione, ooll �vered when not required. 2. Nhen used at Nghf, the STOP/SLON paddle shall be attention to condtttons that ore 4. when sl{g�s are oovered, the mQtertol used sholl bs opaque, suoh as heavy mil 61aok plastic, or ather matertals Witch vlli oover the potentialiy hazardous to trafPlo operations, entire al� faee ca�d mairttafn fihelr"opaque properties under outcnabile f�ead119hts o} night, Without dmagTnq the stqn sheetlnq. retrorefiectortzed. shoW route desiqnatfons, tlQstinotions, direotions, distanaas, servtces, poirtts 5. &mlap sholi NOT be used to oover siqns. 3. STOP/SLOYt paddles moy be offiaahed to a staff with a minimm of interest, ond other qeopraphlcal, recreationai, or cultural infornintihn. 6. buot.�Fape a- othar adhestve materiai ehall NOT be affixed to a siqn fdcf,. These motertols can dmia9e the retrorefleottvity of sheetin9. lenpth of,6' to the bottom of the slyrS. Drivera proceedinq'�hrouqh a vork zone rteed the avne,.[f not better rovta 7. Siqns and anohor stubs shall be removed and holes bqokfllled upon.ediplation of vork, 4. Any ilghts incorporated in+o the STOP or SLOH paddle iaces quidanoe as normal.fy instailed on a roodway wi#hart conaftvctlon. SIGN SUPPORi MEIGNTS sho�i.oniy be oa speotffcaily tlesaribed in Section 6E.03 p, 1Yheti pernqnerr} repulotory or warnfng s�yna confliot wlth work zona conditfans, 1. Ylhere eiqn auppa^ta requtre the use of wet9hta to keep tYcm turNnfl over, HQnd 5[gnaling Uevices in the TNUTCD, remove or coJer the permanerrt siqns tntti the permanent si�n messdge mafches the use.of sandbaqs with dry, cohesionless sand Is recorm�et�ded. ��'Texas Deportmer�t of Transportotlon the t-oqdway oondition. 2. The sandbafls wi l I 6e tled shut to keep the eand fran api t I in9 md to � Troffic Operoilons ONIs)on 3. When existin9 Pe+manent siqns are moved and relocoted due to constructiai mointain d canstmt weiqht. I ( purposes, they sttali be visible to motorists at all times. 3. Rook, oonorete, iron, steel or other aolid obJecfis shoil not ba permitted ,o. ,,o� �� ie�fi 4. If exietfn9 s19ns ore to be relooated on fiheir a-tpinal sUppOrta, tr�y &�,a�� � f�- �58 as e��, e�+ weron+e: BARR I CADE ANQ CONSTRUCTION Tnstalled on,orashworthy bases as shovn on the SbID Stondard eheefis, The alqne 4• S��ags should ireiqh a minlmim of 35 ibs and o maxlrtun of 50 Ibs, sholl meef the requTred motxitind heiphts ehovn on 'the 8C Sheets oC the SUp 5. Sandbaqs sholi ba made of a dw�le material ihat tears upon vehicular 29� O p e ((}} � st�,��-ds. This rork should be paid for under fihe appropCiate pay item for ���t� TEMPORARY 5 T GN IJOTES � Zqw j � g��g re(ocatinq existiny elqnS. 6. Rubber isuch os tire itmer tubesJ shal! t�T be used for sandba9s. 5 T A N DA R Q p 5. If perownent ei4ris are to be rertaved and relocvted ustn t 7. Rubber bnilas}s desl�ed for chmneiizin devtoes ahould not be used fw „ � u 9 �t'orY 6upPorts, 9 � � the Corrtraotor shatl use crqshworFhy supports as atwwn on ifie BC sheets or fhe �Ilast on portab�e s(qn supports. Si9n supports desi�ed ond nwrwfaotured � � CWZfCD. The siqns shqil meet fihe required mountin9 heiqhts shorn on fihe witti rubber bases moy be uaed when shown on the CWZTCO Ifet. � 1 R�2�� 3" BC Sheets or;the SMD,Stmanrds durirW construotton. Thie rork ehould be �wid 8. Satdbaqs sholi oniy ba p(aced atong or laid over the base supports of ths /.� �� 1 2 S C � L�� - Q 7 �/8 y �%e• fa- wder the approprlate pay ttem for relocatlr�g existlr�g siflns, fraffio oontroi devtce arM shall nofi be auspended �ove 9ramd leve! a' fwnfl wlth rope, wire, otwfne or other fastenera. Sant�aqs stloil be piaced 6, My eiqn or iraffto corrFroi devioe thcrt 18 struck or danaged by the Conti•aotor q��q }►� ��gth of the sktds to wat� dom the alqn support. OT�cDoi tt-4-o2 oti� TiwoT a� rxao, om nooT cz, ncooT �wo �.-- u.--� �. ,_� or his/her construotim equipnietrt shal l be re laced as soon as y g, Smdbaqs shal I NDT be pinced under 4he ekid md ahal l not be used to Ievai g-p7 "�"510N5 cu.. �cr an uicx�e� 24 24' P poSslbie h}hg Contraotor to snsure proper qu(dance for the motorists. 7his wiil be subuldiar H �eo d�0or� - ihlte Ce4�� eor� -�Blwk to Tteln 502. y sign supports ploced on Siopes. msr n.n.n suc�r �.�. 9 W 10q �� 6>' 0 8� ��c � l, L �4C X 7 _m 'ai a�w Po .�-0m10 +�v �°co mm cg± L�W �ui �� N p XLC o m-- m.� � +�a T 4 � } ��� p T= e��a ��� v v�-v� *~� ��'� .�r"v:° ��+ m�m� 5 dg� ��c m �,i � H ¢ �� 0 0 front SKTD MOUNTED WOOD SIGN SUPPORTS LONG/INTERMEDIA7E TERM STATIONARY — PORTABLE SKID MOUNTED SIGN SUPPpRTS ❑ Slda 7op front AloXttn�m Sfde ��i� 4x4 12 sq. ft. of 21 sq, fit. of wDOd y sign face � siqn faoe � �t �i \O, � ?X� 27' II Jl7 � 1 � � �' � p06t 5ee BC(4) for elpn 30" helqht requiremant � � 2A' I ' '� ' 3' 6' ' 2x4 x q0`! � 2x6 4x4 blook 9x4 Wood poet � Ses BCCA) for,siqn helqht reqili reanent � SKTD MOUNTED PERFORATED 5QUARE STEEL TUBING SIGN SUPPORTS 48 x 48'-1Cmn 6- 5/16"bolt x 2 1/4' grade 5 bolts, extrvded � 2.5' � 6- I 1/2" plosito vasher, � thirn:all plastic 12 - 5/16" flat washers, , slgn 6 - nuts per s(gn � �o � o 0 c ' SINGLE LEG BASE 48" Slde Vler � Z' X P" X 2• •• :••• ••••• 12 9a. uprioht F•• � 5, 2`X2'X 12 pa� upt'ights /� L� �J 48" � DUAL LEG BASE . o. t Vf 1 3/4° x 1 3/4" X 11 foot 12 QO poSt / (DO NOT SPLICE! UDrf9hfi must telesaope to provlde 7' height � obove pavanent. 46' Fron ev UprTOht must 3/8" z 4/14' 34. telescope to qrade 5 bolt p�ovide 7` helght winpnut and 2" above povement washer /� Meid b'olt thru q"� / tubinq ot 1' off / top of skfd. Welds to start on ...... . J T fG opposlte s►des qoing •'��g�• W ih oDPosite direotioris. 1 3/4" x t 3/4' X 14 gn �, max. ++eld :�►�inittun weld, do not cross braca 5, � baok fill puddle. ��> weld starts here �*+eld starts here 2° x 2" x ,�.-�'�- weld f. .. ., 12 9a. sktds �6' WEDGE ANCHORS Both steel ond p�astto Wedqe Anchor Systems as ahovn on the SfaD 5tandard Sheets moy be used as temporary slan supports for siQna up to f0 aqu�re feefi of eiqn faoe. They rtay be set in ooncrete or in sturdy sotis if approved by the Enpfneer l5ee veb address for "Traffio En9lneerin9 54andard Sheete' ori BCti)). 1 1/2" Dia.(typ) 4 ° t� � s� � � 18" O 4e �Directton of Trqffia Top I' . `la� k(d x6 2X6 d.: 60' �x4 � block Lenqth of sklds Inay be fncreased for addittonal stabllity, 3/6N bolts W/rNts or 3/S" x 3 1/2° (min.) 10fl screwa . k 36 x 36"-10rtm axfiruded thinvoil piastic g � ptl . 1 3/4" x 1 3/4" x 11 foot 12 fla post y� !�0 NOT SPLICE) r� 1 3/4". qalv. raund : with 5/16' holee ar 1 3!A' x t 3/4' square tubing 0 0 0 � pTn ot ongie needed to mntch sldeslope WOOD PpSi SYSTEM FQR GROUND MOUNTED SIGN SUPPORTS Nantnal Nm;imum hltnitn�m Dri l ied Post No., of Sq. fl:et of Soii Holets) Stze Pasts Sipn Face Embednent Required 4 x 4 1 1�� 36' NO 4 x 4 2 21' 36' � NO 4 X 6 1 21 ` 36". YES 4 X 6 2 3fi 36" YES GROUND MOUN�TED SIGN SUPPORTS Refer to the CNZTCD ond the manufacturer`s inatailation procedu-e'for eoch.type elqn support, ihe maXim.m siqn square foo}aqe stmi) adhere to the mwwfacturer'.s recamrendatlon. Tvo poat instailatinns con be used for lorqer sipns. PERFOf2ATED SQUARE METAI TUBING t OPiION 1 (Dlrect enbecfient) �qo� G<� Siw� � Post �{� ���a 4 � . 51qn � Posfi d+e'strable� J 18' 34" min. in atronq,solis, 55' mtn. in veak soils. ; ; � 34" min. 1n Opttonal ; ; stron9 solis, Yelnfa-cirw ; ; 55' min. in alesve : : weak solis. (V2" larqsr AnChor StUb • t1/4' Ita-qer ' : than sl� ttton si '' Post) x te` �1 --a : : poet) ; � ; ; Mchor Stub � i , liY4" larqer � � thon sipn , , post) GENERAL NOTES 1. Natie may be vaed in the assertbiy of wooden siqn supports, bUi,3/8' bolts uri,th riuts or 3/8" x 3 1/Y Inp screvs m�st be used oo every JoTnt for fiina3 conneotion.. 2. Nore details of approved Lon9/Irttern�ectiate pnd Short;Term supports can be fand on the CWZTCD iist. See BC(U for websffe location, 3. No more than 2 siqn posts;shall be piaced within a 7 ft. olrale, exoept for specitto materiala noted on t+;e CWZTC4 L(st. A. Nhen pro]ect la completed, pii,siqn supports und falndatlons shali be removed frdn the.proJeot siie. Thta wlll be oonsidered subsTdlary to Item 502. ❑ See BCt4) for deflN tion of "Work Durotton.` � Wood sipn posts NUST ba me pleoe. Splioin9 xifl NOT be allowed. Posta shall be painted ifilte. � 5ee the CWZTCD for tfie type of sign subsirate that oon be usad for each opproved sign aupport. OPTION 3 tAnchor Stub ond Retnforctnp SleeveU WING CHANNEL Lap-spfice/base boited anchor � st�, % Past ��e G� � See the Chr17CD for arbedr�ent. �s Deportmsnt of Tronsportatlon Trolflo Oparatlans DNlsion BARRICADE AND CON5TRUCTION TYPICAL SIGN SUPPORT STANDARD 5 of 12 BC (5) -07 C�TxDOT I I-4-02 �.� txnoT cr� rxooT mn Tzooi cx� Tzoor 9-07 �� � . L -' ` OPTTt� � fMchor' Stirti) . ' �d ��� ao� oo- u �*4 �oo �o-c o� z=m •a� a° �w Op dd0 +Ltl9 LCO a°D+ c�� C01 00 �~� �>` L m*� ��� n � am� � �¢ ��n. i �+°-i°- oS� qh� �9 +am o�+ mmo mco ��e.`a W � J.. � 0 PORTABLE CHANGEABLE NESSAGE SIGNS 1. fie Enqineer/I�apecta- sfwli approve aii measaqee uaed on portable chanqeable messaQe siqns fPCMS). Z. 1leseaqes on PCt15 5hould contain no more thm 8 va-de fabout fotr to elpht charactere per vord), not Inoludi�q Bitrpla worda such as "T0,' "pOR,` 'AT,' Qto. 3. Messaqes shouid consist o4 o sir�gie phaae, or twp phases that alternote. Three-phase messaqes are not olloved. Eaoh phase of the messoqe ahould convey a slnple thou9trt, ond muet be underatoai by itaelf: A. Use the vord 'EX1T' to refer to m axit rmp on a freoxay; i.e., "EXIT CLOSEO.° Do not use the term "RA�." 5. Alvays use the rarte or Interetate deat4notlon fIH, US, SH, FM) a�ong wlth the nurber W�en referrinq to a roadway. 6. %'hen in uae the_ bottan of a stqtionary PClIS meseaqe panel should be o minlrtAm 7 faet above the roadray, rhere possible. 7. The triessaqe terni 'XEEKEND" shouid be used only if tha �rork is to start on 5aturdoy morntnq and end Gy Sundoy eveninq ot miQnl4ht. Aotual daya ond hours of vork should be disployed on ihe PCMS tf work is to beqln an Frlddy evenfnq md/or continue frtto Maiday mornln9: 8, The Ehglneer/Inspeotor moy select one of two pptions rhich ore avall- able for dtaplayin9 a tro-phase messape on a Pp15. Each phase may be dispiayed fa- elther four seconds eacfi or for threa seconds each. 9. Do not "flash' messaqes or words inoluded in a messape. The message ahould be ateady txu-n or' cont(nttous rhl le diapiayed. IO. Uo not present redundont infornwtiori on a twa-phase messaqe; I.e.; keeptng tvo Iines of the measoqe the eane md chanqing the third itne. il. Do not usro the word 'Oor�er' tn me5sqge. 12. Do rwt dlsplay the massa9e "LANES SHIfT LEFT° a- °IANES SHIFT RIGHT' on o PpdS. Drfvers do not tnderstond the measage. 13. Do not dlsplay measnqea th8t eoroll horizonta�ly or verticnlly acrosa ihe foce nf'the alQn.. 14. The folior+ing table lists abbrevloted yords and tvo-rord phrasea that are accept�le for use on a PCNS. 8oth words In a phrase rtuet be dispioyed together. Norda or phrases not on this ilst ehouid not be obbreviated. 15, PCNS chorocter- heiqht should be at least 18 inches for tratler rtiotnted units. They should be visible fran at least 1/2 (.51 mlle and ihe text should be leflible frtm at least 720 feet. Truck mourtted �its�rust have a chor'Gcter haiqht of t0 inches and rtuat be Iepibie firan at Ieast 400 feet: ' 16. £ach Iine of te� shatld be centered on the message board rather tfi� left or riqht justlYled. 17. If dleabied, the PCIAS ehouid defoult to pn tlleqible dleploy that.vili not olafm tnotorists ond will atly be used to niert vorkers that the PCMS has rtaifunctioryed. A pattern auoh as a series of hbrizontal sotid bors is approprlate, RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING R�ADW�RK ACTIVITIES tThe Engineer may.approve other messages not specffically ooVered here.) Phase 1� Condi�ion L.ists Road/Lane/Ramp Ciosure List FREEWAY FRONTAGE CL05ED ROAD X MILE CLOSED ROAD SHOULDER CLOSED CL05Eb AT SH XXX XXX.PT. ROAb RTGH7 lN CLSD AT ClOSEO . FM XXXX . XXX FT R3GHT X RIGHT X LANES LANES CLOSED. OPEN CENTER DAY7IME LANE LdNE CLOSEO C�OSURES NTGHT I-XX SOUTH LANE EXT7 CLOSURES CL05ED VARIOUS EXTT XXX LANES CLOSED CLOSED X MILE EXI7 RIGHT LN CLOSED TO BE CLOSED MALL X LANES DRIVEWAY CLOSED CLOSED TUE - FRI XXXXXXXX Other Condition Lis�h ROADWORK ROAD XXX FT REPAIRS XXXX FT FLAGGER LANE XXXX F1" NARROWS XXXX FT. RIGHT LN TWO-WAY NARROWS TRAFFTC XXXX FT� XX MILE � MERGING CONST TRAFFIG� TRAFFIC XXXX FT' XXX FT �QOSE UNEVEN GRAVEL� LANES XXXX FT XXXX FT DETOUR ROUGH X MIL� ROAD XXXX FT ROADWORIC ROADWORK PAST NEXT SH XXXX FRI-SUN BUMP � �US XXX XXXX FT •EXIT X MILES TRAFFIC LANES � SIGNAL SHIPT XXXX FT BI.VD # LANES SHIfT in Phase i rtust b� used with STAY IH IANE in Phase 2. CLOSEO Appllcatloti Guldeltnes 1. OnIY i,or 2 ph4ses are to be used.on o Fp.15. 2. 7he ist phnae tor bothl should be seleoted fran the _ "Road/lane/Ranp Closia�e List" and the 'U}her Condition Liat'.. 3. A 2nd phase can Ge seleoteii fran tiie "Aofton fo Take/Effeot on Trmel, Laoatton, General riarninq, or pdvawe Notice Phase Lists". 4. A LooaElon Phase fs heoessary oniy if a distance or IooaFton is rmt fncluded In tFre first phase selecfied. 5: If tvo PCMS ore used In ssquenoe, they eust be separated by o minimim of'J000 ft. Each PCMS shall tie'Iimted to two phases; antl etwuld be �ndera.taidahie by themseives, 6, for qdvancs nottca, when the current date �s within saven days of the ootual work date, oaiendar doys �hould be raplac:ed with days of the veek, Advance notlftoai�ion should typioally be for no more thon one week pria- to fhe xork Phase 2: Possible Component Lists Action to Take/Effect on Tr4vel List MERGE FORM RIGHT X I.INES RTGHT � DETOUtt USE NEXi XXXXX X EXITS RD EXIT USE USE EXIT EXIT XXX T-XX NORTH STAY ON USE US XXX I�XX E SOUT.H TO I-XX:N� TRUCK5 WA7CH USE � K'OR US XXX N TRUCKS WATCH EXPECT FOR DElAYS TRUCKS EXPECT PREPARE DEI.AYS TO STOP . REDUCE END SPEE� SHOULDER XXX FT USE USE WA7CH O7HER FqR ROUTE5 WbRKERS S7AY IN � LANE Warning List SPEEO LiMIT XX MPH MAXTMUM 5PEED XX MPH MTNIMUM SPEED XX MPH ADVISORY SPEED XX MPH RIGH7 LANE EXIT USE CAUTION DRTVE SAFELY DRTVE WITH CARE �* Advance Notice list TUE�FRI XX AM- X PM APR XX- XX X PM-X AM BEGINS MONDAY 6EGINS MAY XX MAY X-X XX PM - XX AM NEXT FRI-SUN XX AM TO XX PM NEXT TUE AUG XX TONIGH7 XX.PM- XX ' AM �E�E See Applicotion Guidelines Naie 6. wq-ding Alfiernative's t. The words RIGNi, LEFT md ALL con ba irrterchonged cs approprivFe. 2. Roadway deal9rwtlona IH,:US, SH, FA1 and lP cm be Interchm9ed as oPP�oP+'lafie. 3, eAST, WEST, MIXtTH anil SOUTH for abbrevivtlons E, N, N c�d S) aon be interchonqed as appropriate., 4. Hlphway nanes and ntmbers repiaced as appropl-late.' 5. ROAO, NIGHMAY qnd FREEWAY ccn.be Trrterchan9ed as needed. 6. AHEAD may be used tnstead af dlsfiances if neceasary. 7. FT and AII, MILE ond MILES fnterohanqad as opproprlote. 8. AT, BEFORE ond pAST.lnterchonqed as �eeded, 9. Distnnces or ANEAti oon be eiiminated fran the messa.ie if o loc6tlon phase Is used. PCMS STGtJS WI7HIN THE R.O. W. SHALI. BE BEHTND GUARDRATL Of2 CONCRE7E BARR.�ER OR SNALL HAVE A MTNIMUM OF FOUR (q) PIASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE UPSTREAM SIDE OF 7HE PCMS. FULL MATRIX PCM5 5IGNS 1. tfien Full ptotrix PCMS signs are used, the ahaYaater hetght ond epibiiity/vTslbtllty requlrements sTwll be rrpintained as 1lsted In Nota 15 under 'PORTABLE CHANGEA6LE MESSAGE SIGNS' above. 2. When syrzbol etpns, such as tha Cw20-7a Flo9ger Sya�bol, ore reprosertted prophicoily on the Fuii Motrix PClIS siqn md, with 4he opproval of 4he Enflineer, It shall maintain the leqibliity/visibility requirsnent Iisted abot�e. � 3. ►then syttboi siqns are represented qraphicaliy on the Full ►aatrir, PCldS, fihey shall only supplement the use of the stattc siqn represerrted, and shali nat subst�tute for, or reploce that efqn. 4. A full matrix PCMS moy be used to sirrulate o floshirp orrov panei provided It meete the vtetb(Itty, flaeh rate ond dirtminq requfrements on 6Ct7), for the sane size orrow. � 7"exos Departmeirt af rronsportotlon rrorilo operallons ob�s�on BARRICADE AND CONSTRUCTION PORTABL:E CHANGEABLE MESSAGE STGN (PGMS> STANbARD 6 Of 12 BC (6) -07 9-07 11-4-02 I��•� txooT ��a cun,n 1 sua� e�. �oc�tion ��S'i AT FM XXXX B�FORE RATLROAD CROSSING NEX7 X MTLES PRST U5 XXX EkIT XXXXXXX TO XXXXXXX US XXX TO FM XXXX Roadway itesignofiion � TN-nurber, US-nurber, SH-nunber, FM-rxtrber WFIEN NOT IN USE� FtEMOVE TNE PCtdS FROM THE RIGHT-OP-WAY OR PLACE TNE PCMS BEHIND BARRIER OR GUARDRAIL WTTH SIGN PANEL TURNEp PARALLEL TO TRAFPIC 1 0 Cv� �o� o�- T= � �}4 �w°c z°*' _ ,� 'ai '�mro acm `�� ��o c�'* � moL �� k� o . °o � >'_ � +C�L a�d vm v �o- m �� .- o L OW+ oS �O m� � =� a m +mm $�+L- m=o �OC ��� � �, 0 I LW-- J d +-+ G7.LL BARRIER REFLECTORS FOR CONCRETE TRAFFTC BARRZER AND ATTENUATORS 1. Barrier Refieotors ahall be prequaitfied, and conform to the cola- and refleofiivity requirements of DAIS-8600. A Itet.of prequalified Barrler Refleotors (Type C Delineators) om be farid at the Matertdl Producer L1st web_oddreae uhrnn on BCf1). 2. Color of 8arrier Reflectors ehall be oa speoified in the TTAUTCD, The cost of the reflecta-s stwli be considered subsidlory to Item 502. CONCRETE TRAFFIC BARRIER (CTB) � 4�/�� � B'orrier Refleators 3. Where traffto.is on ona eide of the C78, tWo f23 8orrier Refieotors ahall be mxnted In opproximately the midaeotlon of eacFi 4eotion of C7B. Ah alternate inouriting locqtial is unlformly spaced at one end of each CTB. Thla vlil ollox for attactmant of a barrier qrapple vithout danaqin0 the reflector. TF�e Barrier RePleotor motnted on the slde oP fhe CTB shall'be located direotly below the refleotor rtaurrted oh top'of tfie borrier, as ahovn in the detatl obova:' 4. Nhere Ci8 eeparotes tvo-way traffio, three barrler refleota-s shali be ttaunted on each saotlon o4 CTB. The refleotor init on top shal� have ivo yellow refleottve fooes lBi-Directional)rmi.le the ref{ectors on each side of the barrler ehail have one yellow reflective face, .ds ehorm In tfie detnil above, 5. N'hen CT8 separates iroffla traveling In the same directian; no borrier reflectors wlll be required on top of tfie CTB. 6. earrier Refleotor units shall be yeliw or Milte (n oolor to match the edpe.line b81nq suppiemented. Yeilow Barrier Refleotore shail be made xith Type E Fluoresoenfi Prisrtatlo;Yello++ Retrorefleotive Sheetlrro, Whifie refieotors shall be made with Type D Mhite Prisrtatio sheettnq. 7. Naxim,m epaoirtq of Borrier 8efleotora is forty t40) feet. B. Pavement markers or tenporary fiexible-reflactive roadvay morker tabs shail NOT be used oa CTB de U neat(on. 9. Attaohnent of 8a'rler Refiactors 4o CTB ehail be per manufaotw�er'e recrnmendatinne. tO.Mlesinq or drnagetl Barrier Reflectors shail be replaoed as directed by 4he Enqineer. ii.5ingie slope barriers shall be delineated as sharn ot� the above detatl. Type C W�niny Llqht or . approved suhstitufie mounted adJaoent 4o tha travei woy. IYarntn9 reflector may be ro�aid or square.Must have a rePleotive surfaoe area of at least • 30 square lnches LOW PROFILE CONCRET� BARRIfR (LPCBI Surface IAount 3" x 3' min. flexible Oeiinsatora � � �efleofitve � Sheetir�g ��16� _.i""�% _.%' �iax. spaoing .of surfaoe mxmt flexibie deliheatora Is,20 feet: Attaoh tha deline.ators as pet' nwrwfaoturer'e recam�endatlons. DE�INEATION OF END TREATMENTS OI.i-i or OAI-3 �f APPRDACHTNG TRAFFIC . BOTH'SIDES ONE SIDE _ . �V3 DELINEATION Q1I-1 � Verticdl Panei Instalf a minitn�m oE 3 8i�rrier Heflectors os per manufaot�rer's renorimendations. END TREATMENTS �OR CTB' S USI=O IN WORK ZUNES End treotments ueed ai CTB's in Yrork za�es ahall meet crashrorthy stmidarde as defined in the Nationoi Cooperative Hiqhvoy Pesearch Report 350. Refer to tfie CW2TC0 List'fa1- �proved end treafinerrts and marwfaoiurers. TYPYCAL FLASHING ARROW PANEL Arrow Panels may be ►oco}ed behind channelizinq devtces in piocs for a shouider taper or met�qlnq taper, othervlse they shall tie deiineated with four !4) channelfztnD de�ices placed perpendiailor to trafflc on tfie . upstrean afde of trcfffic, i. The fldaMnfl Arrov Ponel ahouid 6e used for ail laie closurea on multi-larre raidways, or siow movinq maintenawe or oanstniation aottvlties on fihe firavei Iaiea. 2. Flaehinq Arrov Panela 5houid ttot be Used on two-Ime, txo-vay roadrrays, detburs, diveretons or work ai shoulders unless the "CAU7ION" dispiay taee defall hetow) ta uaed. 3. 7he Enginee�/I�epeotor sholl choose oil oppropriate s)qns, 6arricades and/or other traffic oontrol devices that should be used in oohjunotiori vith the FIasM�p Arrorr Panei. . 4. Tho floshing Arror Panel should be obie to dfsD�oY 'the followin9 5`JfOb0I5: � � - � Ftashfng HIGHT (LEFTf. ARROw � • O ♦ • • e • s o e O 1 � O • flashinq DOUBLE ARROYI ♦+ •o � O o+ e O o ♦ e s � � • Flashinq CAUTTON � O O o O O O o 0 O O • � 5, The 'CAUTION' dispiay consists of four COC�er tarps flashinq simuttaneously. 6. The straiqht Iine caution dispiay Ts NOT ALlOYlEd. 7. The Flasqinq Arrow Ponel.shali be oapabie of minim�m 50 peroetrt . dtmninq firan roted lanp voltaqe. ?he flushinq rata of the larps shall not De less thm 25 nor tnure than 40 filasfies per minute. 8. Mihirrcm 1rnp "on tlme' shoft be approxlmately.50 peroeht for the flashing arrow md eqaol intarvals of 25 per'dent for each ' sequentiai phase o4 the fiaehinq chevron. 9. ihe seqi�e�fital orrow tltsplay is NOT ALlOWE0. 10. Ttie iloshtng orrow dlspfay te the Tx0o7 atandard; however� the wARNING LICHTS sequen}toi Chevron display moy be used dw-inq daylfpht operdtions: t. Warnir� Ilghts shall meet ihe reQuirements of the TMUTCO. • 2. Warninfl liqhte shall NOf be instalied ai barrtoodes. 3, 7ype A-Low Intensity fl6shing Warnfnp Liyhts are carmonty used wlth dnrns. Ttiey are tntended to warn of or mark a poten4laily hazardous qreo. 7hsir Use sholl tiQ as tnd)cated on this sheet ond/or ottier sheets of the plons by the desiynatia� `FL'. The Type A Ivarninq Liphts shall not be used vlth siqns manufactured wiih Type E 5heettny fFluorescent Prismat)o) meetlnp the requlr�emente of Deportmeritaf Alaterlai 5peoificafi(on D11S-8300. - 4. 7ype-C and Type D 360 deqree Steady 8urn l.ights are intended to bs used in a series for defineation to aupplemenfi other fraffic controi devices. TheTr use shail be as indtoa4ed on this shecr} and/or other sheets of fhe pians by the desipnation "58".. 5, The Enqineer/Inspeotor or the plans shall speotiy,the locbtion ond type of worNnq li9hts to be irt§talied on the irqfflo controi devices. 6. Ylhen requlred by fhe Enqineer, the Contraotor shall furnish a oopy oP fihe warning Iiqhts certiflcation. The warning iiqht monufocturer VI11 certify tha warning 1lghta meet fhe requlrerrients of the.latest TTE P�ohase 5peoi.floattons,far Fiashtny ond steady-6urn 19arning.Liphts. 7. When used to delineate curves, Typa-C and Type 0 5teady Bu�n U qhts shouid oniy be,placed on the oufiside of the o�ve, rwt the inside. WARNING UGHTS �IOUNTED ON PLhSTIC ORUMS I. 7ype A flashir�g vorninq Iights are Intended to warn drivers thqt they ore approaahinq or ore in a potentialiy hazardous area. 2. Type A random flashin9 Warninp ilphts are not irttended for delinsation �d shall nof be used in o serius. 3, A sertea of sequentlol floshin9 warninp iiqhta piaoetl on.nhmrrelizinq deviaes to farm a merqinq fiaper day p¢ used for detineation. If used, the siiooessive flashing of tha sequenttai worning lighfis should occur fran�the beginnlnfl of the taper to the 8nd of the merqinq taper (n ordsr to identlfy the desired veh►ole pafih. The rote of flashin9 for eaoh tight shail be 65 Piaehes perminute, plus or mirws 10 flashes. 4. Type C ond 0 steady-burn varnin9.lCghts are fntended to be used in a series to delineate #he edge of tfie travei lone on detoiwe, on lane chrn9es,�on (me closures, artd on other eimtlar conditions,� . 5. Type A, TYPe C and Type D warnin9 Ilphts shall be tnstailed af ►ooai-tons as.detailed on other sheete th the pions, 6. Worninp liphts shall not be }nstailed on q drun that has a etqn, ohevron or verticai pcnel. '►. The maximim s➢ac(ng for warntn9 itghts on druns shouid be Identicai fio ifie channeitzinq device spaofr�. YIARNING REFLECTORS MOUNTED'ON PLASTIC DRt,�IS AS A SUBSTITUTE FOR 7YPE C iSTEADY BURN) NARNING LTGNTS i. A warnin9 reffeofior or approved substttute mny be'mounted on a plast(c drun as a aubstitute for a Type C, s}p�y �rp xarnin9 Ilqht at the disoretfon of the Contrnctor uniess otherwise noted In the plans. 2. The varnlnq refl�tor shail be yeilov tn color cu�d shali be manufactured using a siqn cubstrate opproved fa- use vith piasttc dnms 1lsted an the CWZTCD. . 3. The warntnq refiector shall have a minimim retrorefleotive aurfuce orea tone-side) of 30 aquare lnches. 4. Rouid rsflentora shall be fuliy refieotorized, inoiuding the orea wfiere attaohed to �the dnm 5. Squore substrates rtust have a minimim of 30 square Inches of refleofiortzed sheett�fl. Ttrey do not have fo 6e reflectorized w�here�it attaches to ihe drun, 6. The side of the varninfl refleotor fooing ppproochtnfl traffio shall hove eheeting meetinp the color and c-etrorefiectivity req�iremerits for ONS 8300-Type 0 INon-fluorescenfi Prtsrtbtiol. 7. When used riear two-�roy traffta, both'�ides of the warning reflector shali be refleatorized. 8. The xarninp refleotor ahould be mamted on the slde of the hondie neoresfi approachinq 4rofflo. 9. The maxirnim spaoin9 for vornin9 refleotors ahvuld ba Identloai to the chaxieiizing device epactn9 requiranents. IXN TRUCK-MOUNTED ATTENUI�TOR5 • Q Q 0 0 0 a� �: Q Sequentlal ehevron a o 0 • e o , • • O s o 0 o e o o e o o • m • s o • o • � • e 0 0 0 REQUIRENENTS MINI64llM t�INIAUM MiNIMt�i NU�48ER VISTBILITY TYPE SIZE OF PANEI LAMPS DISTANCE B �30 x 60 13 3/4 mlle C,; A8 x 96 15 t mlle ATTENTION: Flashing Arrow Paneis 5hall be equtpped with autaratia'dlmning devices. NNEN NOT IN USE, R4AOVE THE ARROW PANEL FROAt TNE RIGHT-OF�WAY OR PLACE THE ARROW PANEI BENIND CONCBETE TRAFFIC BARRIER Oft GUARDRAIL. 11. The Floshing Arrow Panel sfiall be mounted on a vehloie, traller ot' other suttable.$upport. 12. A Floshinq Arror Ponel SHALI N07 BE USED to lataraliy shift trafflo. 13. A fui� mQtrix PCMS may be used to einulafie a Fiashlnp Arrow Pmel provided it maeta visfbtlity,.#laeh rafie and dimnfng raqutrements on this sheet for the acme etze orrow, 14. Minirtuninouitinq heiqht of traller mounted arrox . ponels shouid be 7 feet fran roadwoy to bottan of ponel. 1. 7ruok-moented attenudtors tT�AAI used on T�OT taolU ties must mest the requirements outiined tn the Natlami Coopermtive l(iqhway Research Report No. 350 Ii�ICNRP 350), 2. Refei' to the'CWZi'CD'for the rEqufremerrts of Level 2 or Levet 3 1lNs. .' 3. Refer to the datse 'shovn in the CWZTCD fio enaixe fihat the TMA meets the oge requlrements and tfio crashworthiness criterla est�iished by fhe Federal Hi9hwaY A¢ninistration tFHWA1 for Ti.lAs. 9.�Refer to the.CNZTCp for a iiet oP approyed TNite. 5. TAIAs are required aifreeways unless otherwlsc+ noted in the 'pians. 6. h TAU should be used mytlme that It can be ppslttaied approximately 30 to 1D0 fieefi !n advonae of tfie area oP crew'exposure vithout adversely affeotinp the vork perfornia�ce. 7. The only reasai a TMA should not be regulrod is when a work urea Is spread dorn the roodvay ond the work crev fa an extended dist�oe Yran the TMA. �.�Tex6s Department of Transportotlon Tralfic Operallons pNlsJon BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LTGHT5 & ATTENUATOR STANDARDp 7 �� � 2 Dl� l7 �-� I CC�Tx[)OT 11 �A-02 M.� nceoT cK� rxnor mn nsoor cK� txoor 9'O� REv1530X5 Qhi $:C7 �1y9 H(CNt1hi ' v�sT �� aw.n wu., �.u. �07 �m �>� a. �+° O U�- �L D a-} o v°- c y o� Z=m .�- m DL Omb acm U�P p7 +- l O a�� �tD+ �� mv� �+ �o� WH� O V 041C ° �� m a v- +� o �mp vm�u � �w m�� �L� ti v°-+° 0 {�.XV wF- � �n 4ti� o�+ mmo �v c MYw � a U � a . 0 Hondle � 18" min 9/16" dla. (typ) 7op shouid not "for mountlnp siqns ond allow coilectlon warning �ighta of vater or debris � 9' �� q' min �._ Eaoh drtm ahail have g� �x o minim.m of 2 orange {}yp� a�d 2 whlte efirlpes ai ueinp Type C re4ro- ............................................. ............................................. ............................................� reflective aheetiny :::::::::; ::::::::::::::::::::::::::.::::::: • 2� m°X with the top stripe ttyp.) betnq oranqe. �x E � � N MP ........... . . . .-- 0. 07 ° max Taper to allov � for.stacktnq a �, min(m.m of 5 ._. druna J _ � _ ` �` 6a3e f36' dio, mox) GENERpI NO7ES 1. For lonq term stationary worie zones on free�ays, druns shaii be used as the primory chonnelizinq devioe. 2. For:interniedlate_'term etattonary work zones on freeways, druns should be used as the prfma-y ch�nellzing devioe but nwy be repiaoed in tongent seetlons by vertical ponels, or 42' tro-piece cmes. In tonqent sectfons one-pteoe cones moy be used with the opproval of the En9lneer:but only 1P personnel ore present on the proJeot ot ail times to mointaTn the cones In proper posltloh w�d locatlon. 3. for short term,stationary work.zones on freeways, druns are the preferred ohannelixfnfl devlce but may be repioced in,tapers,:tressitlons and tonflent seotiais by vertical panets, tvto-piece conee ar one-plece consa as approved by the Enqineer. 4. Oruns and alI related Items shall carply with the requiremente of the current versfoh of the `Texas F4mual on Unlform Traffio ContYot Devices` fTMUTCO) md the "Canplimt Yfo�k 2one Traf{lo Control DeVices List` (CM2TCD). 5. Druns, bosea, and reioted matertols shall exhibit pood xorkmanship ond ehall be free fran obJeotionobie ma'rks or defeots that rouid ddversely affeot thelr appearance qr servtceability. 6. The Comlractar shall have a mmc)mim of 24 hotn-s to repiace any plastio dnms idenftfiied #or replaoerrient by the Enqlneer/Inspecta-. The reploae- ment device trust ba an ppproved device. GENERAL DESIGN REQUIflE11EN7S Prequatified plastla dnms shall meefi the followinq requirements: i. Plastlo druns shali be a t+ro=ptece deslpn� the "body" of tha drtm shall be the top partim and the `base` shail be the bottom. 2. The body md base shall look foqetfier in euoh a maxier thot tlie body separates tYan the base vhen (tt�pacted by a v2hiole travelinq tlfi a apeed of 20 NPH or greqter but prevents accidentol separation due to normol hariditn9 �d(a' air turbulence'oreoted by paes(ng vehiales. 3. Piostio drvns stwli be constructed of Ifqhtvetpht flexlble, ond defamable materials. The Contraotor shail N0T use metal druns or sin9�e Diebe plastio driins ns chame U zotion devicea or slgn suppor�is. 4. Druns slial i presarri a profi le ftwt le o minirttm of18 inches tn vidth at the �6 inch hoiqht tihen vlewed iran ony dfrectton. 'me helght of dnm unit Ibody lnstailed on base) shall be a minl�run of 36 inches and a rtaximm of 42 in�es. 5, Tha top of the d�tm shall have o bullt-in fiandle for easy pickup ond shoil be'deslgned to cfrain water and not collect debris, Tha hwidle shall have a mfnimm of tvo vldely spacod 9/16 inch dianeter holes to ailow ottacFment of o warnir�g I.iaht, warNnq refleatar unit or oppraved �«mii�,t 8��,. 6. The exteriar of the drttn body shall hove a minirtxm oP four alternatinq oranqe and rfitte retrorefleative otraurtferentfal stripes not less ihon 4 inches nor yreater tfian 8 Inchea fn width. Any �on-reflectorized space betr�een ony two odJocent stripes shall not exceed 2 inches in wr dtt,. 7. Bases shall have a maxlmim ridth of 36 inches, a maxim�m hei9ht of 4 'inches, and o mlNm.m of tvo footholds of suffiolent elze �o ollow bose to be held dorn rhile separatin0 #he drun body fran the base. 8. Piastio druns shall be construated of ultra-vlole� stab111zed, oran9e, htt6�-denslfiy polyethyCene IHDPEI or other approvad moterial, 9. Drim body shall have a minlmtm unballoeted vetqht of 7.7 Ibe. a�d maxirtun taibaliasted:veiqht of �t Ibs. The wall of fihe drtm body sholl be a minim.m of 0.07 inch In thicknass. Wetqht of any drun s�piied shall not vary mw-e thon 0,5 Ib. f�an that 9f the prequolifled eample. 10.Drun and baae sholl be marked w)th manufaaturer's nmie axt model nvrber. RETROREFLECTIVE SNEETING i. The stripea used on dnma shall be construoted of sheetinq mestin4 the oolor and retrorefieoYlvity requlretnenfis of Oeportmorttal Aioterials $peolficotlon DMS-8300, "flat 5urfaoe Refleo}��e Shoetlnq." Hiqh Speolflo Intenalty (7ype C) rotrorefleotive ehe6ttl18 ehall be aupplled tnlesa othetwiee epeolAled in the plone. 2. The sh etl a be au a a n0 sh il tt ble Por use on ond ehail a�ere #o the drun aurfaoe such fihot,,upan vehicula- impaot, the aheotlnp shall remain adhered In-plaoa and exhibit no delaninotintl� orac�kinp, or loea of . retroreflaotivity other than that Iosa due to abraslon of �tfie sheating auriaoe. . - � � . � BALlAST 1. UnUallasted bases shnii be larqe enouflh to hold Up fio 50 Ibs, ofi sand. ih(s base, rhen ffiled with fhe bollast mafiertal, should welqh between 35 Ibs tmiNmm) md 50 9bs lmaxlrtxm). The bailast may be sand la one to three sanc�oqe separa}e fran ihe bqse, sand �n a sand-fiiled piastia base, or other ballostinq d�vioes,as appCoved by the Enpineer. Stackl�q of sandbo9s vill be allowed, however hetqht of s�dbaqs obove pwement sur4ace may not exceed 12 lnchea. 2. 6asea with built-in bailas�} shail wetgh.between 40 Ibs. and 5o Ibs. Buiit-in ballast cmi be conatructed of on irrtsqral Gurb ruqber base or a solid r�ber bose. 3. The ballast atwli rwt be heovy obJects, vater, or my motertai that would becane hazardous 4o motq-jsta, pedeatrims, or workers when the drun is struck by ti vehiale. 4. Mhen used in reqione,susoeptible fo freezin9, d�'� ifioli have dralnaqe holes In.the battoms so that water wiil not coliaat md freeze becantnfl o hvzard r#�en atruok by a vehiale. 5. Ballast shall not be placed on,top of druns. 6. Adheslves inoy be used to secure base o4 ilruns to pavmient. CW1-6 36` fza�� � E 12' $u � � 4° Oranye 4" Whlts DIRECTIOH INDICATOR BARRJCADE 1. The D)reotion Indicator Borrioade may be ueed tn tapers, transl�tlons, ond other areas where speolfto dlreotfonol 9uldmce to drivera ia neoesaary. 2. Tt' uaed; the 0lreotlon Indl,oator Barrloqde ahould be used In aeriee to direot the drive� ihrou9h the tranelttun and into the irttended �Fravel �ona. 3. 7he Olreotlori Indicotor Barrfoade eha�� o�slet of One-Direotlon Lor9e Arrow (CWt-6) siqn in �tha size ahown with a blgok arrov on a baokqround of Type E FluopresaeM• P�ismatlo tlranpe ahove a rall vith Type C Niph Speolfio �Intenstty retrorefleotive ahaettnq l� alternation 4" whi�Fo and oranye stripes slopinp d9+�nward at an anple of 45 daqreos in the dlreot1on road uaers are fo pass. 4. Doubt� �-rows on �the Direotion Indfoafior.B�ricade wTil not be allowed. 5. Apvroved monufaoturere m-e q}�q� � the CWZTCU List. Ballas} sholl be as approved by the monufao}urora inatruo}iona. 18'. x 2A' Sipn 12" x 24' (lAaxfmim Stgn Dimensiont Vertioal Pmei ChevraiCNi-9, Opposin9 Troffio Lane mamr with dia9onala Divider, Ur(veway elOn.'D70a, Keep Riqht alopltW dotin tova-da R4 series or other Si9nS as approved }ra�e� way by fnqineer Plywood, Aluminum or Metal sign substrates shall NOT be used on p l as�h i c drums SIGNS, CHEVRONS,.AND VERTICAL PANELS MOUN7ED ON PLASTIC DRUMS t. Siqns used on pinstic drtms shall be manufactursd usinq subatrates listed on the CNZTCD. 2. :hevrons ond other r+ork zone aiqns vith ai oranpe backpround shoi! be morwPacturod wtth Type E tFiuorescsnt Prismatia) sheeffnq meetirig'ttie oolor and retra-efieotTvity requfre- cnents'of UMS-8300, '"Siqn Faoe Ftaterlal,` unlesa othervise specifted in ihe plans. . 3. `�ertical Paneis shali be nicr�ufaciured wtth orur�ge and, ►fifte rheetinp meatinq the requlrenrerrts of DMs-9300 Type C(HiQh 5peolftc Intenstty). Dlaponal atrlpes ai Verticoi Panels shall' slope down tora-d the 1Rtended travelad lase. 4. qther si9n messa9es'(texi� or syrtbollc) may be used as opproved by the Enpineer. Slgn dimensions shall not excsed f8 inohes fn +ridth or 24 Inohea in heiqht. 5. 51qns shail be instailed usloq a 1/2 inch boit InanTrw U and nut, tvo ra�tere, ond one locktnA washer.for each ;�orvtectton. , 6. Nountir�g bolts and nuts shait be tUlly engaged and adequately torQued. Boits stiould not extend rtare thm 1/2 ir�ch bsyond nute. T. Chevrons may be ploced.on iiruns on the attside of. curves, txi merqinq fiapers or:on shtftinq topers. When used tn thesa focatlons they may be placed on every drun or spaced rrot niore than on every thlyd drun. A minim�m of th�ee l3) shcuid be used ot each location colied for in the plona. 8, fi9-9, p9-t0; R9-11 and R9-ita Sidewalk Closed signs whtch rre 24 tnohes wide rtay be mounted on pidstia druns, with apFroval of the Enflineer. exos Deportment of Transportotlon Trafflo 0/�sratlons Dlvlslon BARRICADE AND CONSTRUCTION CHANNELIZTNG DEVICES STANDARD 8 Of 12 BC t8) -07 CQTx�OT 11-4-02 0�.� ncooi cK� Txoor 'X+: TXUOT c+c� ncoo 4.03 REVISIONS dA.T S�GT �F 9 HIC'+NnS 9-07 �IST Mb.Tt 5�+2�t �u. w a a � ( v �� a- w ai V> N �°.�+°a 4 }VI t(I OOVh �3v[E C�l N �1- 4�. co» O�aNC w uc ti- +- ��o` : o�m w �- m L1-Lo �ov� ��'rao Vl c�c» �vv+o- °rn � v°. a b.W T4 T) t- U �C�-W l•-�- 1, 9Y�0 [ T 41 V t00� a a �OC�O C TL~ �o�o O�Ny do� w�#»� �Nzow dL u~•'o w VI +pL a a� o c 0 3 0. U m ISECURE EN OF LOG 70 STAKE AS AIRECTED I DI7CH ; FLOW m P ENDS TIGHTIY NIMUM COMPLETEIY SURROUND �— ORAINAGE ACCESS TO AREA DRAIN INLETS WITH EROSION CONTROL LOG 18" 7EMP. EROSION CONTRO� LOG � tlI7CH FLOW STAKE ON DOWNNILI SIDE OF LOG AS NEEDED TO NOLD ]N pLACE (TYP) 18" TEMP, EROSION CONTROL lOG r FLOW � � C SECURE EN. OF LOG TO STAKE AS DIRECTED � EROSION CONTROL LOG CHECK DAM . NTS LOGS PLACED AT AREA DRAIN INIETS NTS STAKE ON DOWNNILL 5IpE OF LOG AT 8' C- C MAX. AS NEEDED TO SECURE LOG, OR AS DIRECTED: SECURE EN R.O.W. A OF LOG TO - ----------- -- -- STAKE AS DIRECTED �_ � ( FLOW I � �I . �I dDDTTIONALApOINTSRAST NEEOED TO S�CURE IOG, PLAN VIEW �R AS DIRECTED. STAKE ON DOWNHILL Si[lF. OF LOG AT 8' C- C A�AX, A5 NEEOED TO SECURE LOG, OR AS DIRECTED. SECURE END-� OF lOG TO STAKE AS DIREC7ED , N DISTURBED AREA ( FLOW I BACK OF CURB LIP'OF GUTTER 12" 7Ef�P. EROSIOtJ CONTRO� LOG R: 0. W.-�y ,I 1 � 1'LAN VIEW SECTION A-A 12".TEMP. EROSION CONT ROl I.OG TAKE COMP057 CRADLE UNDER EROSION CONTROL LOG LOG PLACED AT BACK OF CURB NTS . PLAN VIEW �12" TEMP. EROSION CONTROL �OG DISTURBED AREA BACK OF CURB LIP OF GUTTER LOG PLACED AT EDGE OF RIGHT-OF-WAY rrrs OBICTNAL OCi. 2004 ( . , 8 2004 �y Texas qeportment of Tronsoortotion� � � qli rfghts reserv:3d R. o. w: STAKE STAKE LOG ON DOWNHILL SIDE AT THE CENTER, A7 18" TEMP. EROSION EACH ENO, AND AT CONTROL LOG ADDITIONA� POINTS A5 NEEDED TO SECURE LOG l4' MAX. SPACING), OR AS f� �T � DIRECTED. _� YP. )�I Z 1 COMPOST CRADLE � � UNDER EROSION �� - � � CON7ROL LOG � +� � �3 ,BAR ry � �2 ' REBAR STAKE D�TAIL NTS SI:CtION C-C GENERAL NOTES � ' i. LENGTHS OF EROS[ON CONTROL LOGS SHALL BE IN ACCORDANCE WI7H lAANUFACTURER'S RECOMMENDATIONS AND AS REtlU1RED FOR 7HE PURPOSE INTENDED. MAXIMUM LENGTH OF LOGS SHALL BE 60' FOR 18" DIAMETER OR 30' FOR 12" DIAMETER �OCS. 2. UNLESS OTHERMfISE DIRECTED, USE BIODEGRA�ABLE OR PHOTDDEGRADABLE CONTAINMENT MESH ONLY WHERE LOG WILL. REMAIN IN PLACE'AS PART Of A VHGETATIVE SYSTEM. FOR TEMP.ORARY INSTAILATI0N5, USE RECYCLABLE CONTAINMEN7 MESH. 3. STUFF LOGS WITH SUFFICIEN7 FTLTER MATER[AL TO ACHtEVE DENSITY THAT 4YILL HOLD SHAPE WITHOUT EXCESSIVE DEFORMATION. 4. STAKES SHALL 8E 2" X 2" WOOD OR tt3 REBAR; Q' LONG, EMBEDDED SUCH 7HAT 2" PROTRUDES ABOVE LOG, OR AS DIRECTED. 5. DO NOT PLACE STAKES THROUGH CONTAINMENT MESFI. � . i � � ' • � • � � • ..�`�.'�'�'sz� �"t;�;;zr. � • ;�..; .,� �..�... :�ic' ��w>:?i7a>-:�.�,�,��. i�. .�.ti-• us1,;,�;..;`...:;�`:,.,, ��;,,.;,�. .r` ' ;�.(<� f�`c.�#�Fl,>€�?. f5y;�s. s <E;,���.Ty:;�4 ��sr<� .uC:::'c�r.ox %�� . S.,-.L`i...:.c.x�.' �• � . S�CTION �-B � opening Lengtn 'L'= b ft Openi�� AII W.idthS Widths "W` Witltl ,. Depfih ond Lengthe 3ft ffi 5ff 4t 5 � "D' Ba� are arsBor 8ors8a'a�8ar�0or..dar ar BOr �L C D E J F F F A B. G F . �� ti - 17 3• 2 4 20 24 28 TO 10 20 28 : o a o�' `8 � 18 20 t o+. q-0 19 • • • • • 2 avo� 4'- 7 24 c�oop 4 -6" 2t � � • ` ' Z6 ' ���8 21 . . . • 26 + .. . �ou*iw �3. 21 . . . . . 26 Z3 . •c �=�ti 23 . . . . 28 w QL a.. 5-4' 25 ' • 30 m a,*.]. 6� ���� 25 ' ' 30 °x � o 0 7' -0' 29 . .. . . 34 u �. B•_�• 3� . • • • . • • 36 ; � � y� 9' -0' 35 ' 0 . tl4Na o -u. ae . . . . . • az L F^ lQ . To�iD 6'-p' � v� o Transitio� irom normol u�- Ekpon. Jt.�/z° . ' mnm° Prerrold Exp, Curb Heighfi to inlef �ti�± Jt. Nateriol 4�+tef elevaiton • 6,. pE�� . y w h� I Y01 or COmbinotfon Thereof ,y synmetrlcal 000ut �t. .I � Expanslon,JatM = . b _ � � � � � _ � � J , . . . '�f- � . .- ':-" � y 4ic of GvT}er ..?� �, � � I_ ��` o.+cn � Guiter Llne � j_ , ~ � l- _ - ,.,. � � � - - '- - �-� - - - - - � � ... - _' -•- - - - -r � 0 0� c . ' � � Con�truetion'Joint ''I � 1 Trensverse��Bean •� � I • I �w��, � R'��'��iS" � � Elev. .A'�"A"�& �'�'-'�.) I � � � �°ia°. • . � ' � I 1' . . , . . . 4ogo . , . m�"�p � ' � F��Ni �LEV�TIBN !/i�t� � �N3�E Z�_�u. ��Om6 ' �A ' . . • Confiroi. Point'—� . . � 8 j i't,.H1`9 �d�17' , -7HROAT DIMENSION ' • . • CURB ' � .. • • . 'NfIGNT "X" . , , � 5� 5" Tronsverse 9eam , ' . ' 6" '• 5" ti5' and 20' intets Only7 � 7" 6 ' � I . L4VQ� \;o • � ` . � x vz oy- � 4'�4 Bm'S "� � u4 6ars "C"^Top & 6ottpn Slob �N�..r-� ' . . A , . . - .6 . � . . . �u.rod� .� _ __ . -- -�- -- - -- -. � . '��� � � y . — — � Q ¢~ � . ` � • - — R,4 BaB "fr o+ ifx" cir6. . . � _ _ _ _ �,p�„ns Q� -r r - � e• • ' Note � ' � � 6• "�-- Carbinotlon Thereof � • • aq por� "g"-Top Slub ot T/z"�ct�e. Locotlon of rinp and cover to be at � � sA 6a�c "G"-Hot. Slab nt r outfot! end, wleas o�herwlse • • 1 � ' •I 1 � ' � /i" otrs, e 'dfrected by the Engineer. . 'o f �'� O � ( � � � � � t — �— ^� � ' � 2-ub Bars "E' - SoP SIo6 � , Field cufi Ha�s "B' &'C" i / I 1 ,� to clear MaNiote.� ' , � ' I I I 1 I � nd BerB "A' ot iJi' ctrs. N ' � ' ' ' � � � � � u4 Bors "o" •o L_ �_,.c______----.tJ '.p}'' f . �o ��2. Prersold . � ,X . . ' L .�' _� �� �C-�i'..� � � � _ � , ' �xP• Jt.'Moferlol . � . - ^- ^.- ^ -. ^ - ^ -1� J . . � 6'�0" o len9th / 2 . I .� • r . . . N . ^ -I— `I �-- �-I- — I--- --� —. �I— ^i _ .�. ._. ._. ._.. ._: ._ . ti • ' • ' - Syrcmetricoi about � . _ ti- f'-9"'4ta. Recess • v. 8" To0.51bPe f.5'/..i�4"/ft.l for Rin & Cover � 10' 1'-7 %• Dta 9 • Towara Cur6 - • % � ForrrEtl Hole � B" Gutier Line • 8ors G �9ors C + � oars e ' ' • c 0 1� _`. ___! J 2.Oi Usuaf e rh' c-c •�. �{�,: o.' ''6�' .��jj N� _ _ � ... ._ �-. � � .-. _ , 4 .� '" o� � ~ � c �J .!. '" . , 6' O � L � ,� a • � � � 8, ` � � 1 Q � L � R � � � � � Varlea Accortling - y � � To C�rb Helght i 'I � ' � • I , . I .' . . I� 1 � Jo ntssi6le Crnsiructlon i • ._..„__ �..,.. __... tiL_ , .. �IDE ELEVA,�T�Ot� .,�_A" e�s n-� �BSr�s�E = I �� . Depth "D" ick of Corh z•-o^ 1�� 2' Rad� ToP EleYotfon bt ��� �;,/�Control Potnf ��CUYb Hoighi /'�S`✓a'� � 6u P r% . . D . � .• po . 8' Liftinq Ring Corru9atians to •-��-�-��� . tia �/� ° W x %a' H ' . . . 0�'V �� , g Y�� ,� 2' - 0" to I i P of Gutter ,m 1 .. 2,' Rod. � ��oX�• - . o � � _ ' � \ la'" 6ors °M�r Bars " 1�" N � 6arS��!" ir- _ ._ _. . � • Bars "N" . �„�Width of 'Ihlet "W"3„� � • 2, I . . &I0� SEC71� � Eh� VIEFI Z�d � T���15V��S� � 20� � : QEA�dl�O�T�l��, . �/a'. � Cover %� (par Use With 15' &'2b'• Inletsl � � � �/8' 2 %' � ,�_ ' . tt6 Deformed' bar , . Rtn9 • - � /� `" 2'"„`_ . ��• '/iN ... ... t�i'� 1�" ��5: ' . a q � . /e r � � � ' face af i" ' S /Z" 7 ' N ' ��concrete . � �"� M� . ��,5�' I RON�j � Y �pG �. C4ii�� . � a� : ;p NG,�1� A�. ' . . 10" r��� 4u R . . . ��5� kJ��e�bL � 9n CONCflETE QUANT[7Y � �„S� . � RE�UCTYON YABLE � �� y�j. �+g����AL I�OT�S . • � Ptpe .ROtluctlon �, 19s, - �iameter ne Pips �, p�p�,a�reie shall be Gass "A'. •15" �•O.o4 a ,' 5" rod. . z� �hanFer ol� expoSed corners �'�' Gxcept mhere • (B" Q.OS • � Q�IIPY.HIBL f10}Bd: 1" 0.0H � ' 3, Dimenslons retotetl fo re5nforcing steel ore 4o ihe 24• O 09 cen4ers of DaYs. 4. F�elc! cu4 ond b¢nC Gare os nedes6ary to occommodate 27" 0'II ' o storci droln ptpe. • • 30" 0.14 5. Cpa+�7ron ring and covhf 6hoil conPorm fio ltem ,4TI. 33" 0 t7 • g• 6. Dep})��s otheY thon fiho5e shonn rtwy Ce used whenever ' 36^• D; o � ' •' neoe:isury, up fo a moxirtvn of 70'. Quan�2ttes for otper � 39. J� , , depibs I�mits may be fountl by interpolotion� - 4' �0. 6 r4 Bws "A" � ' 7� �rirg 5tage 1 constructton, iD�ets wlll not be. QS" 0.30. ■ Npte: OimenSion uhovn ebns!rucTed abOve subprade e�evatlon unless 48" ' 0.35 for 5" curb. Increase perml.ssion is 9ronted by iho Er+glneer. ien th b 1' for each 8''A te4porory qqod oover sholl be'lnFtalled ofier 5tage 1 9 Y ta C,,mUietetl, antl xill remdln tn ploce untii 5�}oqe 2 , otl0itio�al 1" of cufb be9j„y� . ' height. 9, The ��xntfor� of Inie} os .li0wn in the plons reiers io the , control pofnt at the fooe of cur6 ond mitl-potnt�of 4he tnlet. I� „NY a ��'1 ----�� h� � uA Bar6 B Ba<s B e , ' i%x" .ctrs.�_,_� .�..2'_t: 't'_��.[_ � 70 2^ RaJ� � � 1O � E S BOf6 �( � .— ._ N..-.._. _ _.-_ �_ ,, ro.�,., � -„ StepS P 12'� C-C (Staqgered) ' 6' Min. ' 12'• Mox. o. •� a r po 2; �.. �• %�D . SECiI�iU y��_�p . 9ars N Permissible � Q � COf}^u}fU04�fX1 �tlf6 i3 9 — Joi�t tLimtt ef .l^� , stope 7 cons+,) ?�Jz° otrs. z� � ' . , ' Bere A . •'b `�OfS C ',� i��i" C-C ' EOt'& G �-�— : . � ri:^ �_� . • D . . Permisslble , � '�. Bors C Conairuation , � .-'�--'fp. . Jalnf . ' . Bara C�� � • 9are G• . . . 6 r/:" a-o • ' , tO.A senled�%z" expansion jotnfi stroll.be placod alonq"oll vertica� face+�'o0utting conerate pavemeni. Class 3,4,5 or 7 Joint � sealrnt aholl be used to seol jolnt. ' M ( Lenpih oi Opening + 0'-8 `+ ' � �� F( 0M& �E" ' . o �, ��j ' ' :'S�iV 8osc� F'.aycrt.+mt s9Ytms,swtalM� Bors 'c' i:en9}h pf Opentnq . o'=&" FORT WORiH DISTRICT � Bors '0' I.engih of Opeqing � II'=8"• • a TYPE 1 u4 8ara •c" � 'n" ' CURB INLET =4 eors •F° •• • � . FpR USE 1Y/ 5" 70 8° t3ARRIER CURB � . 5',10',15' & 20' OPENINGS ' 3'-6" TO 10'-0" DEPTHS & I,� 3'-0' � � 'w• � o'•-e^ `� � � T3',+A�' & 5' YIIDTHS('" , ¢4 6or9 "J" � n3 Uors •N' � " : l� b.l 1`/ �' Q 2 l C- YY / �� ' ' FED.R�, ' SHEET �� UIV.NO. .PAOJECT N0. Q . . �.�� �' yh" �' , 6 -'`� �^w• . o��s• � . A4 Bors "G` s• "w" " ��"5� � . SiATE ' DIST. 'CWP17Y • .a oars •u-, Origtn4l .,�ug. 2002 �TEXAS F7W • . • �2002 by 7exas Deparim2nt of Trac:sportotion; CONT. SECT. •: JOB � HICN�YAY N0. oll rlqhts reserv�d � . � � o ' ' •,p � Ba�s C � n a Th^ c-c O� v • ' G � 9 � Bars F a i�/¢` c-o o. � •n Bora C ,+�- _ 0 7Yz • c-c � .�, , 'o � i i i i i i 1 • i i I i . ' t i t i �7�b� d�►U tr �+ � �s �. �r \i � m V �m �S$ a�wti CCb� a m m�� � om � t: mrr�, m°�� _ ��� :��-. �, �"o�l .�'F � i � �o�.� g��� =- �1'a ttc-i' bYAj � ai '�'o a" a$�q ��Oc i g�d� ����� mz°ov s� .r�t '� +a F o ��< S 4 a • h � � 0 1 a : ; : 4'-f0' 8' � LfNOTH OF OPENINC 'L• ' � _ ' �gk� � A . . B -i-�- � 7ransveroe Baan � . 6ara M--� . : - ' --�.._.._I �' � � . r__-�_---------r �-- -_�__� li a�e ,, . -�- = _-� = o z' . ._ _ _ � ' � . � . --�. " ' h � Gutter Urte� ` ` ^ � �Conter o4 24" 1 l �I I � • ' � � •Forn�ed Hole � � � - � — - _ ._ _ � � �� : � eo �s G I � L � . � . iG9xar ) • � (f_ - � � . � � �•,9a�a o � � ��i � I � . � . � , d , w , . . , .. ,. : =� -=►� - - .=�,�. . . . . -mY- . . --, - -.____L_i._ _ �= —�C"� Aenra c B Note: a' L000tlan of Ring ond Cover to be �. . at,ou-tfal I end, unkess otherwise � �'-B' �' .. � PLAN VT�W ' direoted by the Engtneer. . �,_4, • ' � � . (Shbwing Top Slab' Reinforcement�) ��a��a e� �� � � -�• 6w-e G iLovar) ^ r I^� � I II ' . Bare p 8ar6 H �Y���� I 1¢°I_�--!� °j UPPar) ( � ' `r— � _� ;� � -t -fi �i.�t a . I I I I� I ��-B K � - - '� �'-�' • (Lover) I �V � � fUpper) " � — — i 1 �i� �° � ^ --1--1 =�—� 8� ' PARTIAL p(.AN.'VIEW t.Showing Bot4om Slab Re1n�Poroement) .' '� � . � . ,F fi'-0" Cuttar Transltion • o . — o , . . � 6, 4 �o� � ' . ' � -- . _. : i `-- -- �-- --. .,. ' • Gtitior Ltno �� . � . f � � . N �.. Bcva C ^ � ��'�� . ' Mwdioto Extenefon Bora G ;� 6'. � Bors D � b , Fwra � � •s:6' • • .e1' , . �', m� . . Bars K �� � • . , . > . a+ . • �e Bora 0 � '�• ' ' . A•' , 8ara�tl '~ � g° . . Bora A� . . SECTION "D-D" 0 .�:� B-`s P .._._,. -ecre K Bara'M -� � � WTTER 1.7NE , .THROAT DIlAENSION . �,.2„ • � �,_q, 6„ 8, HEIGHT �XN 4' peproasTon pfi �' 2' , s• s . � cuttor Lfne . 7• 6' S � lo�� 6 • 0r � 6 . 'p = � ' aa�e ,a X 1 II � � � 8oro J ' ' . 6or'e 5 >eora G ' Bars U ' � '(Uppar Alot) ' � • • v `9 � 8" Bors 7 ' > � �• • . Bara R � ° ' . •4� 8• . • . � Bnra S 8ara� U �.) I •. � I r � 8�.�..�_... � — - -�' - z; — -�- - �. ; 8, . . I e) ! , ( _ _. .. �.. .._. (7YP:) . ' I � . • r i � i��i�—� i: --i .i a• -o---a.—_v_�o--v-�—o -• Bara H � � . ' • �� q '6Y , • Tronsverse Beam Defiail Beams at 5` o-a (10', 16' & 20' Irilets) .. . , 08 Daformod bar . 2 �'' • ' . .. . -0 � ou ;' • �a�o � ' N � , concre e . . . • , a o,��. ' �('� `� , . Y U ' �.. � q„ j' ' ' . I . ' M ' . .STEP DETAII 9� ' 6'-0` GWter Traneitlon � , . Normol 8� � Lanqih pf Oponin4 = •1.' ' � � '� • � . � i���`_""' 4' 10' 1 1 . • ' sY�notrrcoi Abou+ �� , , , . . ""'�I i � i t 1 � _ I ` � _ ._�._ ._. _ .___ -i.. ._ ._ _ �-..; �_._. .__. ___. .._.. ._ I — — , . � 1 �� I ' � � � � ' Gutter Line � .I—___�.__._...._.+N_._._� �___�.� . ' � � � , � � ;. ; � � �a+a: � . � . %p Exponetan Jo1nt 6foterlal to be plaoed � . • . (. rfiero Irilot obuta curb� cur6 and quttor or � , concreta paysmamt, � • � ' �. � . . • FRON7 �IEVATION VIEW , Curb Noi9M � � Ortginai Noaember•2008 � 2008 by Texas pepaYfim�nt oi Traijsportdtlonj all righfis reserved eora o ��e � � � I°.�f � , • � ' � ._. ._.o� ..� .� _ ._. ' ._. �� h F----'--'_'--- —� � b.°I 6ors c � io .) y Permisalble � � {� � � ^ Conet. J}, � � m �• ' , (T�. ) . 7RANSVEqSE BFAM. Bwa E I I � 0 . � am-e c eara o + , 8ars C I� I. Uors p Bora F �,�i a �� ' 2e: �TYP.1 �. 2' � I (� I -stape b i2° o-o tTYG.� ( d) , �StaQpered I Pormissible �I Bers A 6` Mln. ' 2� � I Const. Jt. . �� ' Bare "G f Z` ��a 8 ITYP. ) '��. � v _ .__. ._.. � �. ._�� �. � ,__: � � � •� �J_. 2° '..�8" � ' 4'-6' . tTyp.) � a+ � -1—=-1 , � . � � • SECTION �"B-B" ;� 4!ti�Gh depih of pav¢msrrt a+ruofiure <8aea ond 5urface). ,. Adjust Dp' lepp;ha os direoted by tho Enpinenr. � � ' lSes pcftoi 1, ;Sheat P of 2l . � ' e• �4• vto, a�aa• • Rinq � Cover • • ' 8ars�M Bars G , ' . ttototi Rc� X-Slo�,o . Bors J _ � Bare N , � � �.�_ � — �.p i — i ii . b 9 I ��-e y � j ��a �� I° al� Baro C,. °�I I.� � I`_� I I I I . . --- —�� bd 9ara G . I � .2-0° DIo.. ' `_' BorB tf • •� � . . ' Fotusd Nole l teva� t 1 �I 8ar�: D� . , b 9 � SECTION "A-A" � Note: ' ' � ' • See Shee•t�2.of• 2�For Details �of Ring ond Cover� �Rein-Foroit�q' Steei, Estlmoi-ed Quantifiles, and� Genera I ptotes. • . r I i ( 'SEG7ION "�-C" � #5 +t5 et5 , �5 #5 o° ,:� Length Bars A . Bars B Bars C Bors C� Hars D a�� of P 6" P 6" � 6" P 6" P 6" r? Opentng Nb, �y}, No. Wt. No. Wt. No, Wt. No. Wt. bLLF c�° 5' 13 151 1.3 75 fi 59 7 38 6 56 mm�� �, • � g p 10 23 268 23 l32 16 193 . 7 3$ �6 149. Pl:b�. ���� 15' 33 �89 33 189 26 233 7 38 26 242 � zoo� ' � ��� '20' q3 501 �43 2A7 36 322 7 38 36 ' 335 '�"�U �pov¢6 ' � � � ' TXCtJ . ' �T�Q' � , �v���„ . Concreto PaveRen} , `o , P�� Motch Rdwy, Hot tAlx Undorioymeni � 4�� X-Slope • N . �^,�.f. `-"� %Z" Expansfon Joihfi • v..pp .eo �d° a 's A . OG�-L . � 'E �A•� . p . ��Q �j C � le ' tl. e •e.'' '�' �� •a a• � . �m * ��Po • eb e �..� '.ea •p ' n cc o e' 'p� o• :a wm. z •levAl . •p. an9.Q � L��� ^� .�' • ��no,•0� ' . . t oL • :n' ;n •�' '�� :< ''�'� �° . a-�c o . : p.°.o e o 4 o.Q Q a a e.9 ,Q . �mS5� � ° �.e> 1 ' e • ��co,,e ' n . p �n. u. a�ze�� � °�; 4 , S�let Deck . . a"i.�~e'om • • �• . � - N �!-ot , o,°,��.x,'s . Oi TMcknoss of Cbncre}e Pnverrsnt D1us'. ' . � Hot�Mix underloyment� iF le5& than.l'-0" incrgase deptB:of Hot tdlx urxlerloyrt�nfi. � .v � 0 n . � � v � v o . , � _ � m a � + • . \ • 7 . � + +° m . a v �. � . a , � a ��L° tFi') � 5• � ,to, 15' n � • ZO', INLET ApJAC�NT TO CONC(2ETE PAVEMENT � • f.Wtch Hdny, k-Stope Hot Mix t5urfooe -Not Id1x t0ose) or Fiex 9ose �_' °1'__ B i I I 0-F Re i nforc i ng S�-ee I foi� I n I et Dep-hh o�F 6' � .� ti5 �5 �t5. ' a4 stA uq �tq � � • Bars b� Bars E gare F �4 Bors N 6ars J 8ars K �Bars L �4 . ka a 6" e 6" p g�� Bors G a 12" P 12" P 7" W 12" Bors M Bbrs A No. rit. Na • Wt: No, l.ength Wt. No, Wt, No. Wt. No. Wt, No. Yff. No, Length Wt. No. Ylt. No 7 35 13 7i .13 88 �46 6:-0„ 184 7� 9 7 .f5 i6 73� 8 50 2 16'-8" 22 4 15 0 7 35. 23 136 23 156• A6• 11•�0" 336 12 15 .' 12 26 16 � 73 •B 50 2 �1'-8" 29 4• �15• 2 7 35 33 _ 195 33. 224 46 f6'-0" A92 17 2i 17 37 16 73 8 5Q• 2 26`�8" 36, A 15 A 7. 35 4� 254 93 292 A6 21'-0" 642 22 27 22 48 }6 73 8• 54 2� 31'-8" 42 A 15 6 . ' 4, _,�. � � . � -r �9 �4 :r4 ng ' u6 �g Bars U 8ors V 8ars W Bara R 6ors S Bars T p � p�� ' � 5,� Wt. No. Wt, No. Wt. No. �W4: No o' o 0 0 0 0 o a .26, 2 2A Z 1� 6� 13 4 51� 4•. A8 q ' 33• 12 25 q �7 6 72 6. 50 18' 38 A �� �� �� • � . � minus t -Z o . 5'-6" . . • •• hL" + 1' 0� as5 Bare ��8�� 'a, 4���� ae5 8ors �Rih � o'-t0' .. �u4'Bors ����� ,� , i � � ' N «. . i . • ' � ' -� N . '� � Bar Spaoing: Bottarn 5'lab, Lower Mafi - 1'-4" 5'-6" • �� c . ' 6ottan Slab,��PPer Mot - 1•_2" � °�" mfnus o'-10" o � . E ' "D' minus 9• ; y� 8ack 19a11, Outer Mat -�8'-9" 5 Bars "A" " �5 Bars "C ' � � � ;' , #S Bars "E" ' .' � • • Baok Wall� Inner Mqfi - 0:^10" � �+5 ear's °C° �5 eara "�° ' � � Pront�1Ya11, OvEer Mafi - 0'-9" • ��_p� ' ' � 4" �5 Bors ""F" , Front WaII, Inner Mot � 0;`10" • 3„ 3u Upper 51ab, Lower Mo�h - 1 0" • a'���a _. i.` • _ . Upper Siab, Upper Mot ^ t'-0 �'�" � �n � �y„ N , o "o �o � � Gutter - Piace os Shorm , � ~-; � � M o� ; . " • " . . � G�PdERAL EdAT�S � . - i � 5'-5" � � E • t. AIl oonorete shali be Ciass "A°. i'-0" »4 Bors "L" • q�� . ' � 2. Clicmfer ail ex osed oorners �q" eXae t where n4 9ors "N° � , #d Bars "U" ' otherNise noted.• p . . . reA BSr's °�" . . � FOu o . • . . 5'-� _ 3. Dimanstons relq�ed �o refnforcinq steel�are to tha � • • �d Bars "K" t0 � � � � omnt�rs of bors. , . . � . � � "L° +•1f'-8" ' ' � . • � � • ;o, • A.� F.leld oufi.ond bend bars as nebessory in acoamadate . . . � . storm d-cin pTpe. . • n4 Bors °1d" �• .� . � •, • • 5. Cas1� irAn rin4 and cover shall conform 4o Item 471. , • place os Shown� i � • �6 Bnra "5° • • • ' � �• •, . • . � • Plaae as 5hown . �'-'4" 6. Depths a�her fihon �i�hose shotm tnoy be• used whenever '' ' �4 pors "kY" • ��Qes'sary, quant141es for other depfihs wtthin ihe 5'-8" • � , ' S�"6�� • • 6 EACH 70 BE PLACEU limits <,f 4he tabiea mvy ba found by�interpototlon� � �� � �6 Bors "R" , # AT :15" SPACTNG n4 6ars P 5-6 ALONG GUT7ER SI�E ' 7• ttur)ng Stage i construatton,'inle-Fs w11I not be . Plooe'4s Shown Piace a5 Shown '„„ AND INLET SIDE OF R1NG oahStr�@ted obove sub9rode elevation un�ess .4. :e' p p� �4 , + . a.9.o � : e. '�q.e ' . 6 �.e`o ,b n� . Inlefi OeCk • ' � O2 7htckness vf Hot MIx ISurface) pius Hot Mix l6ose)�or Flex•Base. Id �ess ihan i'-0'� tnor¢a�e depfh ot' Ho4 A4Ix tease) vr FIex.Bose over Inlet dech, �Noxfrtcan fhiCkneBB e 1'-6" , Oo not place less thm 4" I(ft of Flex Baso INI.ET.AbJACENT TO NO7 MIX PAVEMENT Sumnary of GtuantTties C.Y.,�Ciass "A° Concrete L.bs. Reinforcing Steel "D" A 6' Add p.L.F. . °p" = 6� bdd'.p.L.�, 5.A3 0.$4 ' 98B � ., 96 . a.a� o.7d 1727 , iS9 11.19 1.03 2467 211 14.07 1.20 3206 268 3'-0" 0 t M bn . 6� ' �9 Bars "V" ftEOUCTION TAHLE � �6 �ars T (3 EACN SIp6) �� •pe1-mts54on is.gra�fied by the Engin9er. Place os shown . . • � • . • � , tl. A�emporory wodd cover shall be insi�alled after Stage N.' ' f• Is oai�pletad, �and wt i( remain fn place un4t 1 Stoge 2 • deqln5, ' �. 9..the, iocv4lon of..tniet as shown in the,pian9�refers to `V �" ' fhe coni�ol �Fhe Inle't, POfnt at the gu}fier I ine ortd mid-polrrt oP '„�� �8 � f•"r �!`^�M 10.tf oonoYete pdvemarrh is piaoe�i tvi+hout Underioyment, • � SEC7ION 'A' � plaoe bcnd breoker t3 layers vf 30# rooftng �Pelt or • . %2 exponalon Jofnt moterloi> betwsen inlat deok and �.� co�orefF pavement. A seoled %z" exponsion . •� �' `"N • joTnfi'shnli be pinoed ciionq ail verticnl faces abutting conbrete pavement. Seol,)oint with Cioss $;q,5 or 7 � . Joint.sealon4. ' . . �-Wf'*._' � � 1 �SEE • ' • . / � �COVER • �'YK "---•� • (__� ' • ' . • , . � � FLANCE �'--- , Ywaa otya.erxna o9StmqvataYm -y' �ETAIL �F �� � � . fOR7 WORTN DiSTRTC7 , �1 �q" � � � i � � . SECTION ' B' � . , � ' 7YPE 2 ' ��--- ►� . � 24" , . � � �� q„ . '/a° I � . , CURB IN„Ei , i � �.-- Ya FOR USE fY/ 5 TO 9 BARRT'ER CURB . • 32" �� _ • - 7 � COVD£idILNGE � 5°�10`!15' & 20` OPENINGS' ' � " z � cx t2> -08 cFW) � � SHEET,2 Of 2 SHEETS � _ ------�-�� • • ' . FED.RO. SHEET ' Ia A22" �I . � ,_,p,l � ' � bIV6. 0. PROJECT N0.' � . ` " 5ECTION �C� STATE OIST. ' CWNTY �• .. � CAS7 IRpf�! RING AND.:COVER , or�tgtno� Nov�rr�er zooe TEXAS �'TW •• TARRANT ' • � ' O 2008 by Taxas DeDariment of Transporta+lon� CONT. sECr. Jo9 Hic�tvar No. ' .ali ri4hts reserv�tl . � � . � i � i i I .. i ., i i � � _. GR-Ol 60 00 Product Requirements CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B 2BRevised July 1, 2011 CITY PROJECT # 00951 & 00952 AP-1 Details CITY OF FORT WORTH 2O07 CRITICAL CAPITAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B 2BRevised July 1, 2011 C1TY PROJECT fl 00951 & 00952 REFER TO AN-009 MANHOLE FRAME, COVE GRADE RINGS AND CONCRETE CO��AR PER SAN-009 WITH "SEWER" CAST IN LID. � Q • : �' .y 1G2�1��1ULlL '. N � ; ; . ;;,�: ^ • �.i;!' I `�1 . � Q �•`� � � � � .''. i, :- ..;• • �:'•; 2 COATS OF ;'•�� APP�Y INTERIOR '•'•�• � BITUMASTIC � CORRO ION :.''r!.'• COATING �':����r PROTE TION AS REQUIR D. JOINTS RECOATED AFTER SECTIONS PUT TOGETHER A , ,. � ASTM C-76, CLASS III :�+.; ,���: RCP PRECAST MANHOLE �.�.��, SECTIONS OR EQUAL �';` �;��'', (REF. E2-14) �'.,;:: .� : ' .J. i: � � '.Y*� .t. :'4•' • �. ♦" : �, �;� �;.: � �;. :� »: TRENCH WIDTH r; CONC. CRADLE �•� TO EXTEND TO ''` PIPE BELL .; • 0—RING GASKETS ��' � JOINTS (TYP.) � : * VARIES WITH PIPE DIA. A SECTION A-A � •��!^ ` ... . �.,, n,f�^ ^_ � t. •I i 'T'� �. ::i� �.'i'.. .;t`.'� >.•..i ::.;£:,:`i`.�'.'•J7.;. :.:?.°:' , - Z r. ..ty •,'^� :: •,i :;,`r` ''� �,:�'i;�'};•(i. ' %:':•`• (O ' '` . � � � �:'r ri',Y'r,'•ia'. ••.�Li :'.� :' r'!'*� •.:;,.r. ,-:: :}.: .. '.t �: t..;. : � �' �'.i��t: .R_,'�: "'' 3 ;�,',' �',-�a,e • � : ..(. �� . �� .� � �. � _ • � •' � �. �`!_..:,,.�:;•�'•.:;'�.: ••'Y�'�::�� .rk+ ��-�. � .,;y. ��''� +--+-�..� •. �J.._ ' � !•�;' : r:. '�'� � : . ;; �.,`, . , .,,:{ .,..�...,•' •.• r'e; ,; ��R !• •. ! '' • • 'v' . /: ��t.': �..:' • � +. ; '.I ) `,Z. • ,• •' • '��.,.\.'�'� •�••\: . a ' •:. �.i�,d � z .�i:\. �.{� � •'���'. '• �,� . •. �•,.w�l� . •�•' � . i • �.'K;. i.: � , ': ��;, 'i � '•� •. �� ,':. :�..i •' ' •�.• . ;. ,• .,�•: .•. ..•..� • . ....:.. . .... -: ' USE 4000.PSI CONCRETE � O 4' DIA. FOR SEWER PIPE UP TO 21" DIA. 5' DIA. FOR SEWER PIPE E1-14 MATERIAL 24" TO 36" DIA. E2-14 CONSTRUCTION ORT �VORT CITY OF FORT WORTH, TEXAS STANDARD 4' DIAMETER MANHOLE ��� �� �� �) � �� �� �� I �I : ;, =�s.�: �;�' � _ _ _ >i'l•'�'�1l� �•�''.i ��i��� e t✓ k�: �.. 'i :;'�,••'�r:'�:.': � '.�•iti�••.rY•.\.��;�� ..,,�!t. ,�_•4.y: .�:il:'..:�v � ?: � . '.�'�';U�r•�`��.�i•' �,!';`•�.,'�•. : : '.. ,•�•1 ;•'•l:, ' +.;, :' `• •; , ; .:�.� ;�..;�a�. :u:•;4.:;.• SECTION B-B DATE: FEB. 2009 SAN-003 FINISH GRADE 15" BELOW FINISH RIM — ELEVATION FOR STREET RECONSTRUCTION � 48„ APPLY 2 COATS OF BITUMASTIC COATING. � ► � ��i�//////////% � � � � � MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE CO�LAR PER SAN-009 WITH "SEWER" CAST IN �ID. \ � � � � i .� . • �.� ' ._ ° l � � � � � �' �� �, I� ' �I �'' , I � I� • 1 1 . . E1-12 MATERIAL E2-12 CONSTRUCTION � ORT V�ORT CITY OF FORT WORTH, TEXAS SHALLOW MANHOLE i FLA7 SLAB TOP MIN. 6" TNICK, DESIGNED TO MEET OR EXCEED H-20 LOADING MONOUTHIC CONCRETE (4,000 PSI) OR ASTM C478 PRECAS7 MANHOLE SECTIONS. .�,�; �+'��':' .;] ::4` � �� •Y��.ti,' ^L ..i '• : �', f' � •.� ...'t 0-RING GASKET � ; :, � JOINT (TYP.) � � � 1 '.i; �� w r,�: + �� �•�.��> � � 6:. .� �� PRECAST JOINT DETAIL 48" R.G. bAi�: FEB, 2009 SAN-004 NOTES: A. STANDARD PIPE FITTINGS SHALL BE USED TO FORM INVERTS OF JUNCTION MANHOLES WHEN POSSIBLE, WITH INSTALLATION AS FOLLOWS: 1. PIPE FITTING. 2. POUR MANNOLE FLOOR TO SPRING LINE OF FITTING. 3. BREAK OUT TOP OF FITTING TO SPRING LINE. 4. POUR REMAINDER OF MANHOLE INVERT TO PROVIDE VER7ICAL INVERT WALL UP TO 3/4 POINT OF THE LARGER PIPE INVOLVED, AS DETAILED. 5. STEEL TROWEL FINISH INVERT OF MANHOLE. PLAN VIEW CONCRETE SIAB E1-14 MATERIAL E2-14 CONSTRUCTION ORT WORT SECTION A-A O WNEN PIPE SIZES DIFFER, � MATCH THE PIPE CROWNS. CITY OF FORT WORTH, TEXAS DATE: ��8. 2009 !1II)�C�3�[�)��1►i/_\�1:C�7��= ��it�7►�i1 � ��. B. WHEN SPECIAL SITUATIONS PROHIBIT USE OF STANDARD PIPE FITTINGS AS ABOVE OUTLINED, THE INVERT SHALL BE FORMED OF CONCRETE AND STEE� TROWEL FINISHED TO PROVIDE SIMILAR FUNCTIONAL CHARACTERISTICS TO THOSE AFFORDED BY THE ABOVE INSTALLATION. INVERTS THUS FORMEO SHALL BE CONSTRUCTED TO THE ENGINEER'S SATISFACTION. CO�LAR CONFIGURATION COLLAR CONFIGURATION FOR PAVED AREA �— FOR UNPAVED AREA � 5�-0'� i MANHO�E FRAME AND- 32" DIA. DUCTILE IRON COVER. (REFER TO STD. PRODUCT LIST) � 4000 PSI CONCRETE 8-#4 REBARS TYP :�: � : � :� P VM T.:::?�:::�:;:':: :;':. ���; . . .'�: ' ,.• : � . ,, i � .,, �•;: '•' ;` . �. . . .• ,�r •. . ;2�.27• ' i: rk ..��_ 'iY:�::t'. .. ._'rN: 2" x 8" x 30" 1.0. — CONCRETE PRECAST GRADE RINGS PER ASTM C478. .";.�• :, - �. ,.• - : ;; � '�;; : . ;•:�,••,,,., ' � ,.•. :.. .�_� ..: ' '.; `,:.:�'• .: "'• �: • :.::;; _�.:�• '�.:: :,, �, �',.:: , :i,: ..�;�: ::,�.• �j,�. .' "f' , •'� .�': �� ., 'l.•'�:.. � ,"'��' • �~� .1 ��� nl '��••• .1' -�V...,: � , , :� ,:. , . ':�' �• � � : ': ;r " � ._.., . %ti': : '. .y 'f�... / �i �� \ .,% `\,.'i�• • ��!�'f;l;'.:'�•/ �' '..�Jl'(�i: j:,' ; .,`.;!' / \ `; ::�:� . .` �,��, ' \ •t' .'��.� `'• '� � � �M1 i.�`�•�+�. ` ��. . � '.�!'..�� \ / ...•�•.. `: : / : ,,:. :! '.�`,'��;• \ s� '�,� / : ' �'r'.'''. � �_.. � .,,:.: f�S ,. : :� \:: ::• � — '' / .�;i''� �:.�'�...{: ;•�� ': • . ?�:�' ::' `.•'ry. , ,..;:•'.: �;�i�`•' ;; :.'; •\Y � � �����. �1, '..\.' �..: i �'� : ,, . �. �� . , . ;, . ;• •1{'. l�V':.��•��� f'. ;Y�� �I• •��.� .'��'i �1�.'�.��f��+ f.. .r .�,� ,, :t• '.'.., - •` .... t•� +.•R �•'�•.� �� .� •, �.�. . •.♦ .. . . . . a .. • . •. . � M N. 32�� IMIN. � ��— I � � ////////////////.%////////////// ..�`�-: &�'���E ��� � � � �� ' �� •• • - � • �- ,...� � e SECTION A-A O REBAR SHALL BE PLACED 3'� O WHERE MANHOLES ARE IN MIN. FROM TOP AND BOTTOM THE STREET, INSTA�� 2 OR OF CONCRETE COLLAR. MORE GRADE RINGS, AS NEEDED, BETWEEN CASTING AND TOP OF PAVEMENT. 3" TYP. A � � � 3/4'� CHAMFER (TYP.) � z �� GROUND \�J CONCRETE COLLAR HEIGHT VARIES 3O HINGED LIDS ARE REQUIRED ON ALL ELEVATED MANHO�ES, JUNCTION BOXES AND WHERE SPECIFIED ON PLANS, (REFER TO STD. PRODUCTS LIST) O LOCKS TO BE INSTALLED ON O HINGED IIDS INSTA�LED IN ALL MANHO�E LIDS BELOW ` E1-14, E1-20, E1-21 MATERIAL STREETS SHALL OPEN THE 100—YEAR FLOOD ELEV. ' E2-14, E2-20, E2-21 CONSTRUCTION AGAINST THE FLOW OF AND WHERE SPECIFIED ON. TRAFFIC. PLANS. ORT�ORT CITY OF FORT WORTH, TEXA5 MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR '"•: �.�. �;: ..; ':,'•; ;.; .`� �l •%; )jjf., .,n. <.� : : �:; .�:: ,!•� •y `�, '. ::;. DATE: OCT. 2009 . ��• w v> ww j a �W =� wz t-o � W� J~ � N W Q O . � w v � O Z W� W �_ � d W M F- � �M m >WI- w JY ' w � Nm�WW>.,, (nN UQ ao W�J�=m r� oN acnQ�o z WZZ��o � �u-� ow� =-Q- o � ow W am~ ~��wmW a� am Ot-=� �o�o�Ow w� Nx z Nj Z��ZSUj �Q �(n I— W�d ��,J�CD��U L� W FW-J � (ll (n O [O Q NJN W JJJ ja�- W J �� QW�� Z Q� m W� Z O Q Z�� � FS-zON OUtSOU�N�� NN �Q� U � cv ri d� �.:� I. !- W�iJ .''�,�;., N • y;,rl.. • ._....t� � I�I_ S � ; ���� Q �oz � I 1= 3 w �Qa d ���� � ��o � � II � o�a 3 a I I= n: z 0 0 0 ¢�o j w �� W Q: a�. ��Q n- � � o � f- : c� o- o.. OZ � (n ;• � OZ y = �SQa Q O J~Q V Q F-JV � �; Li..�N � 'SZ �-' U f� y' o fn Q Oa� Z �1': W mZO�i d- �U O Op� � }. ZQN � ~F-Q O * fnU U ;rj:i��e.�s•t .` . �IA:r , * . � 1 . ; c . ;,'r i ^y:�jts....�c� ` . , .. �' ' �� �: i:� °�� �'�: ;. i .. �{�f; i � • . \T ^_ Jtj.r. 'r�t`•S � •�' 1.i ,-l.: i :. `iii :4'4Ii� �f. �;;} • s • �c^: _ .. w.. ;s. +`.;;{;.'{t_ .'•'n N y •; b.�:,. F�:1 ,�,ry..i � ' •, ( ' .; 1 'i�' •'��" �'� ""^` ''�t?:�7:•';'',%`� ' 1�.t' ... „ •. ,. � F t.i. i%i � ..,. �,y. ; :�f:"�'`�`i'��r ;.:;�:;i Y'• '•�':�'.. t � �'ti:�•ts�.� i' �:;_;;.�:rf4: .•�:. �. I� Z U I��' W�QZWW�O � oa 3a�t�� 3rQ-w� � �� ZO�O�Y'��y� 1 W a �'U ��aJQ�� O W � �ocaim��SMQ �o a � � c> _ � � Z U M ��� � 0 4 0 �k Q � N �; `�..;� . U w a �\ > � . V � N W � aC �D ,'�� '� �J J pR � �- � v U v �� Z N� ^ O �S` Z � � •� . � �t r�3,' ." i`: � :'1ra Z Q � �1.� � W � � _ F z � I W U W�� Cj J�� � mWN a -1�C�~W LL.C�Z W� OZFN�'s Zax�w Wowa� IiU��O � � � ao ( U Z W J U �i rnQ L Z U � F-' Q a .-� U � Z � � C Q O = � � � w � ° 3 O s � z � � a � � j � 0 0 O A N CJ � � � c � O O c .% ,� � J O cn � m o a vi � � \ � S 3 * m � � U Z O �' H N d U � � J O m � � F- W W � � o r' � o � m z W a Lt.. W iI� Q � �./ O � � W W {--' � �{ � � W � //�/ Q/'� � W Y� O �`r 0 O " Z a ��O o u� � � � a O C� W z a vW � � > tn n = U. � � � � �� in f� `1 COMPACTED BENTONITE - CLAY OR 2:27 CONCRETE � - - - � - - - - 3 200' MIN. SPACING PER CITY OF FORT WORTH TREE ORDINANCE. _ _ _ _ _ _ PIPE S►Y�IL� 4'ORT PAVEME TOP S01 TRENCH WIDTH TYPICAL SECTION ORT i�VORT CITY OF FORT WORTH, TEXAS CLAY DAM DATE: FEB. 2009 SAN-019 .. . _....,:.�t EXISTING SURFACE BACKFILL AS APPROPRIATE 1O 6" MIN. DIMENSION. 6" MAX. FOR PAY PURPOSES WHEN BID PER CUBIC YARO. O2 6" MIN. DIMENSION. MAX. FOR PAY PURPOSES SHALL 8E 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" - AND LARGER WHEN BID PER CUBIC YARD. �3 4" MIN. DIMENSION. 4" MAX. FOR PAY PURPOSES WFiEN BID PER CUBIC YARD. �4 CLASS 'E' (1500 PSI) CONCRETE. E1-7 MATERIAL E2-7 CONSTRUCTION � 1 ORTWORT,,,�I CITY OF FORT WORTH, TEXAS QATE; ��B. 2009 CONCRETE ENCASEMENT SAN-020 U U 21'� GRE CAP w� �ABEL 1'� WIDE REFLEC 1" APA 6" B�L 4"b PVC w,� � . �:: , � �.' . ��,; R. _ ��. '.�. �. ����c��� �'��r�a�� �I� �"�$� �� ��� � e���r +�F �L�IG6Ft�Y PiiAl6t�L___...... . . .____,..1'L6�lWp.!6JiLR , '�� /�: i7�i1�"'t��• �Q���'117��i1��� ie6R L� tAl'�A�1dJ�i !�� �ii� LOCATiDN ��A3� {�LL iii.�k�►' C� �8� zj-��i�� #��1 ���9�-��e� � � �,.. m t �..� t�i � sn � f�P j � 1 � NOTES: 1. MARKERS SHAL� NOT BE USED FOR 12" AND SMA��ER DIAMETER SEWER LINES. 2. PIACEMENT SHALL BE AT EACH RIGHT—OF—WAY CROSSINGS AND MAJOR UTILITY CROSSINGS AS DIRECTED BY THE ENGINEER. �,,,,ORT �VORT CITY OF FORT WOFtTH, TEXAS SANITARY SEWER MARKER POLE � msK �es tk Id�B Qu.71aR 4: i17,^ �:+'+R71FkRW tlk::ua Lt�f1�1S1tl i� 74 e�xm• �ta:ix� lntrt' �� PY6:4s H:�AGY ¢ twcazrzi� ur Berc h52 sasfxpJV�6 uwa rr.+sr tax.w Bt�1�T ��ayT��ur W.K�iktlis'! �� pl]iII] KKek�Aw3�3� H� a� utlr�a�;u �`°°'�,�' ���� �a ���� �� ���� �,o ���� amr ee �r z��e ���� i,�wy:its , DATE: FEB. 2009 SAN- 022 � z w � W Q � m � � U �.'•� :�J�J�: :�::•F }... :,;. I � 1-11 � II� ( N - O � I I -- m �---• �� � W� Ilj~ U riI Z �I I � ¢ 1� II I II� J � � jl i � �'��-- III�II-I N ( iii � � �—� 3N1� J11213d021d �� () �� �) �) I (I OpW I � / � ZZ(n (I �� � w�� �I �� Z c.��v> I) �/ / z cwi��o �i /j/ � � � � � // / � � �/ ui wnwwiw I ������ � � !�'''�--� �1 I �� z � '' J w � �! � //1' ' I � .z � � � F-- � -, /� � =i i I I I I I I / I � \ � I I � I � ��j �IJ �� �� �� �� �� �- J 0.. � Z � � O � � m V J = F- � � m � � U � Z Z W m Z Q � � W a � � J Q � W f-- Q � 0 Z � 0 � � W Q m � �A� � `° o i-=- w �' � o � o � � � F= - Q � o � o�' i,i cY.� O � � m U J U w m a Z Q � > �Z W �Z Q W F-¢- J !a- � tn m cn Q O O O O rn 0 0 N m W L� W Q 0 � � F- _ � � H � O � � O U , � � � � J �' W W > W � W Q � U Z Z � � � � O Z O H- U J � Q � � ~ W � F- Z Q t7 g U r� ( N W W � � � N m � � U OO _ �� O ,o '.l �'V' , 3 ••�' .\,• .ti ` � ti : � � a ;:.,: ."•; . . H Z W � W Q Q_ � � � O - w , m � �� � Z Q� L—J � �w � U J Z wZ O � �UC� I u � Qw w w w Wo� � m c� c � c� Z Z Z = J W I I J� J �Q� I I � i.. � w�d I 1 � � � ��� O �{ � � � �— j�-�f w w w Q n_ � � � � �—� wWwZW N N N �w-� Z Z Z N�, �- O � � � O p O m m m= F- c.� wnwiNiw O O O O „o—,� O �� � � O � z w W � �o Z r7 � O w� �� �w > im zQ >� w CO �o �� m W �� � % � o� 0 z �� o � � � � o o m o � w ~ � O .-. p p_ O U Y � � Q O � � Q � Z 1r- Z � O O � O W 0. U � U � f-- p W Z W w U) U Z m Z > Z � Z -� � Q O � O j Q � W w w W � � � Q Q Q � (n LJ�. � LJi. Q � O O O O O � W � F- N Z Z Q � � W Q � rn 0 0 N m W � W F- Q 0 � � W F-- _ � � i--' � 0 � � O � U u � � �� J Q h- 0 U > W V) � W t"� Q � � U Z i N � N 1 r : � � � F�1 Z O H C.J J � Q � �w ~ I- Z QO �U r. r i I .- N W W ,� PAVEMENT OR OTHER SURFACE MATERIAL ;�^,,....�i.. ,'�f;-...�. �- a: �� ;,.: ;*� •:'. ,.J� .*♦ ;•;% .�.,i.'.;ts ';�{" . .'.:.•� ., • ..., i .'p'� :`,�, l�'. y':: ��� �� � �'•Vi�� '�%�. i :,f ' ;•r:. • �. �Y. .. . . .. ' " _ " ... .•:1 N OTE: DETAIL PERTAINS TO AlL GATE VALVE SIZES 4" THRU 12'� OR LARGER, AS DIRECTED. GATE VALVE TORQUE BOLTS PRIOR TO BACKFILL WATER MAIN ` E1-10 MATERIAL E2-10 CONSTRUCTION ORT �0� r�� � ( ��—� _r�— � � � � � � � � ( � I I I I i i ) /^ IF VALVE OPERATING NUT IS MORE THAN 3' BELOW PAVEMENT SURFACE, PROVIDE EXTENSION STEM TO 1' BELOW PAVEMENT SURFACE. (SEE DETAIL WTR-003) MCKINLEY IRON AND STEEL CO., N0. YB5 THREE PIECE VALVE BOX OR APPROVED EQUAL. CITY OF FORT WORTH, TEXAS GATE VALVE AND BOX CONCRETE CO�IAR PER DEi�AIL WTR-004 �,. -; .., . .. � � ; :, .; ,;',:',ti : r; ;:�:• • :. �'•,' •;. •',+;,� �: , .; r .�.� .�. 4�"•w, •.�:�•� ��.1��� �� •. : �• c.':.,::v! �.f • y .µ , •}. 'u •;i•.' .•� � `4 • ,., � ,�(' I• �..`..!.'.'.A.,i, ,.;, / DATE: FEB. 2009 WTR-002 COLLAR CONFIGURATION FOR PAVED AREA A 4000 PSI CONCRETE 8-#4 REBARS 7YP —�-- 2'-0" COLLAR CONFIGURATION FOR UNPAVED AREA .� •. ;;, . ;. . � . • ,�•, ; : � :�.•. : ,, .•. :�.;; _ .ie,' �'�+ ..f! .4.. .'(.•. : At.� 't'' ..�' ,.,.� •:.: p .'R �, : L�',' ,� i '` � .:� • •r , :: , . '. �'` . � �� :�.;. �•� :t',: •.�� 'i•�t.':r�✓.•1.•.' .�t ., : . i...... ..� . ,•'• ` •�, ..1..`'..�r � ...':: �; -.;:.:.: ; :. ::_.:=..r .;:.:�. . :�::;�. ::.:�:�: ::,:.:. ��,:������� ".,:� ..t� .�..�� ��,•,�:� .. ';,,�., �,:'{. ;.;: _ ` ::a'` . : ",� � ; '. r �. ��` �'� �;. . � . ��' :'>.`:: '��•;:••:;: :;• � ,:.�� . •.:�'' • ''•� "•. : :•=,:.^�. •."""'`;'«;-•.• - .:y',y `� :;, j' �.�. � ; r ., ;. .��•'.'. '!�' :� . ' t.•': I = '. •r., •:'j:;...�' . •� : •. " : ; :: :' ';:;.•. •:�-. � v.',y : �• � i \•• ��r~:''t � .'�'. �',�,e!.!!; •. •.',' !.' .'*,,,'. � •� "; ��. .i. , '•.I.t „ . �i'� �^ , �•. ..j, }.�.L '. ,i. t; . .. : " \•. �r ,,, ,' •,i' • ,( ' '•1':e ' '�. ��`M ... . �• • �� � f:. .�� •. .t_' t1i. �!. �.' •.t.. • : ' � y "' ; � • •• : •�...�t�•��.: , ,.` � '•,�, � 'f. „�. ; �.. ��<'° �'•:;. ' ; . =:.�w,�' �;�.:':�:��> ;•�''.'�' ::� , . . ,. ; .•:. : '�" � � � . . ..... _ �. _.`' . . . . : � . . . .. .. � �"."�.. A 3" TYP. 0 I N 3�4�� CHAMFER (TYP.) .. . ,,....:,.ti;.�4�:?.� ':3; ;,�• :•{.:. �'•i • +��•�. ; � �:PAVEMENT`•; � �PAVEMENT:• ` ' f `.' �'`•' ' '� •�' " :; .. ,..•.;: :•. •' •...•i �'; •. �.4�:.;' '. � �•'. .t • .: ::� • • ��.��� - �� '.;' •�R•.,�� ��' ' `; � : �'y'. ,. `.` �. .., •. :.`..: "e•• ��:*�' :} ,A'. � ' �, ' �;.• :�+'.•'-:'.;,.'`..'.: ,. ". � . ..,. �•.., :, : � ...2 �27'.:1�.• � . •. .. .. . , .' : .. t, i t: . . ::SUBGRADE:: ; �• '�•«�t': :,; . :�:,� . �CONCRETE� ; :'_'�- � f: '"• . r• ...;. ,•.• .• ., �r.;.. . ., �,; � � � • ; : `�;. ,.r.";�:.. ..�,. : .;:• ». .:• �`,.��,�„��:: • ... .. . .. ., . ..... �•�� �;.�:. _�� 'r:..� . . CASE 1 I CASE 2 CASE 1 COLLAR SHAL� EXTEND TO TOP OF 2:27 CONCRETE (REBAR REQUIRED) CASE 2 COLLAR SHALL BE 8" THICK (REBAR REQUIRED) (E1-20, E1-21 MATERIAI. E2-20, E2-21 CONSTRUCTION ORT �%RTI,� '' � •'• r,k.�': „'„ �;^ 4.:.'%. .it' :, i:..' �' � : . ..•�:" .��• .•�� i, r i .'�� ; ' � . "1Tf ' '�4 `,�:. •� • !�� , ' ti � I I �~S • ��.• '� �'�,,.: , I i :':''. :.i'; �`r•'-; -,,--� I I '. , ._. :. . ... : I I ' " ' •t•': � •'�.' •'?, •,. I i ' :' � ; �• '�.�" : : . . :�.,,. i i �;;� �,,<' :����:`�;.'<:. � ..: I 1 ..; '; , ..�:I:., :�. : :. . .��:�; Ii '�:�;Y'�:,�' •'::;�;..�'�� I�I II SECTION A-A CITY OF FORT WORTH, TEXAS GATE VALVE CONCRETE COLLAR � � wz Y � U� H� �N w o> 1O REBAR SHAL� BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR. DAT�: FEB. 2009 WTR-004 c � r n n r n n� � " TO 3 � w/ � WAY BASE ' E1-12 MATERIAL E2-12 CONSTRUCTION o�T�Vo� '. Il• '" ' ��: :Y� ' •.,-�:i • '�{..`�1: "" ' i• } i' ��!t' .t�.' �•. � � '.4.' ? •i.�.r,i CITY OF FOR7 WOR7H, TEXAS STANDARD FIRE HYDRANT BARREL FOR Y DEPTH ,RY C.F. GRAVEL JALLY �SE REST DATE: FEB. 2009 WTR-006 NOTE: BEARING AREAS SHOWN ARE BASED ON 150 P.S.I.G TEST PRESSURE AND 3000 P.S,F, S01� BEARING VALUE. W PLUG .4' :1; 14 �.'�' .�. f�`v=.t%`t .�.. nXu •1 .`..��� �� �'���..�.;;�' •. :;,• ; :;';. •' , + •i,.:.. TEE � BEND 3000 PSI CONCRETE ( TYP. ) * DIMENSION "X" MAY VARY IF NECESSARY TO PROVIDE BEARING AGAINST UNDISTURBED TRENCH WALL q� . O C'�\��?s S. ,:�.. ;' '• \`94.��F,�F•�,0�'O :.�' •�.��� F,�'1'O • Y' " : . � O '.:�'.",�': : �:'.1..� . , f� :, . ;t . sy. . �a. ' i 3 . �`� HORIZONTAL BLOCKING TABLE PIPE ' X" 11.25' 22.5' 45' 90' TEE & PLUG SIZE (FT.) ��q�� MIN. MAX ��8�� MIN. MAX ����� MIN. MAX ��p�� MIN. MAX ��E�� MIN. MAX AREA VOL AREA VOL AREA VOL AREA VOL AREA VOL 4" 1.0 0.90 0.80 0.05 0.95 0.90 0,05 0.95 0.90 0.05 0.91 0,82 0.05 1.16 0.58 0.05 6" 1.5 0.90 0.80 0.05 0.95 0.90 0.05 1.05 1.10 0.05 1.73 1.99 0.05 1.19 1.41 0.05 8" 1.5 0.90 0.80 0.05 0.95 0.90 0.05 1.41 2.00 �.05 1.86 3.47 0.10 1.57 2.46 0.10 10" 1.5 0,90 0.80 0.05 1.26 1.60 0.05 1.79 3.20 0.10 2.15 5.62 0.20 1.99 3,98 0.15 12" t.5 1.10 1.20 0.05 1.48 2.30 0.10 2.14 4.50 0.20 2.83 8.00 0.30 2.38 5.56 0.20 16" 2.0 1.41 2.00 0.10 2.00 4.00 0.10 2.83 8.00 0.40 3.75 14.10 0.65 3.16 10.00 0.50 20" 2.0 1.77 3.10 0.20 2.54 6.20 0.30 3.52 12.40 0.60 4.70 22.00 1.15 3,94 15.55 0.75 24" 2.0 2.14 4.50 0.25 3.00 9.00 0.50 4.25 18.10 0.95 5.65 32.00 1.85 4.76 22.60 1.05 30" 2.5 2.66 7.10 0.55 3.78 14.20 1.00 5.30 28.20 1.75 7.05 49.80 3.40 5.91 35.33 2.10 36" 2.5 3,33 10.00 0.75 4.50 20.40 1.40 6.36 40.80 2.65 8.50 72.00 5.10 7.20 51,00 2.95 42" 3.0 3,72 13.80 1.20 5.25 27.60 2.20 7.41 55,30 4.10 9.90 97.50 7.90 8.30 69.00 4.75 48" 3.0 4.38 18.30 1.60 6.00 36.00 2.90 8.48 72.00 5.40 11.14 126.50 10.40 9.50 90.03 6.15 54" 4.0 4.0 22.50 4,0 6.70 45.00 7.00 9.40 88.00 10.00 13.00 162.00 16.00 10.70 115.00 12.00 NOTES; MINIMUM AREAS SHOWN ARE IN SQUARE FEET. VOLUMES SHOWN ARE IN CUBIC YARDS. VERTICAL DIMENSIONS OF ALL BLOCK BEARING AREAS SHALL BE IDENTICAL TO THE HORIZONTAL DIMENSION SHOWN. ` E1-20 MATERIAL E2-20 CONSTRUC710N �,ORT VV'ORT CITY OF FORT WORTH, TEXAS HORIZONTAL BLOCKING DATE; FEB. 2009 - ��: TRENCH WIDTH: 1. PIPE 24" I.D. AND SMAL.L.ER = 24" OR O.D. + 12" WHICHEVER IS GREATER, �2. PIPE LARGER THAN 24" = O.D. OF � PIPE + 18". ,� �. � 3. CRADI.E SHA�L EXTEND A MIN. OF 6'� �o �;• �;:.? �'\ BEYOND EACH SIDE OF PIPE. ._•.`: 3000 PSI CONCRETE . •;��; \ ,� BEI.L-BELL BEND '•!�; }. �� - - � - '•.•.��� '.a �. �.... . ••.•.•:. . : „',.-4�'` :�;�-';�::=;.'; • >,�....��� �•• ��r 0 .. .�1'-0"I-__ p � TYP. f � o- � RUBBER GASKET JOINT ' c,�,� 'w ��,- /.,r j,i . ` � �. M.J.-M.J. BEND � ,;;;Y..`:��' .,. � �w O n- �� ' � - MAIN _� _ ��%'r; � � `� � '�'�` � 3000 PSI CONCRETE • �.',�: ;� � .� . .1-0" � TYP. � � .' \�, MECHANICAL JOINT ;= `�,.��`� \ . \ MAIN �/� � � 4 BELL-BEL� BEND ��:��.:� ` —�' ;:��,.�; � ;.� .a' �T:'..�:��.L�'• y,•44�%'�'—�,-',�,�'.+ �•.. �... • . j .a�. � 3000 PSI CONCRETE 2' - 0'� o w TYP. � °' �� BE�L AND SPIGOT JOINT KEEP A MIN. OF 1'-0" CLEARANCE BETWEEN ' CONCRETE AND JOINTS OR NOTE: BOI.TS ON C.I. PIPE, OR WNEN CRADLE IS SHOWN OR IN EXCESS OF 1'-0" AS SPECIFIED FOR INSTALLATION DETAILED. ON CONCRETE PIPE, THE FULL JOINT LENGTH OF THE PIPE OR FITTING SHALL BE CRADLED. E1-20 MATERIAI. E2-20 CONSTRUCTION ORT .iORT CITY OF FORT WORTH, TEXAS DATE: ��8. 2009 CONCRETE CRADLE WTR-009 CLASS "B" (2500 PSI) CONCRE7E #4 STEE ';q ., N OTE: KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS WRAP PIPE WITH 15# ROOFING FE�T FORM AS NECESS BENOS 90' 45' 22.5' 11.25' *VOL. REQ�D. (C.F.) 39.99 21.64 11.03 5.54 6 A (FT.) 2.50 1.42 1.00 0.75 B (FT.) 4.00 3.88 3.36 2.75 z C (FT.) 4.00 3.88 3.36 2.75 � � *VO�. REQ�D. (C.F.) 71.09 38,47 19.61 9.85 � A (FT.) 2.83 1.67 1.50 1,00 � $ B (FT.) 5.00 4.80 3.66 3.20 Q C (FT.) 5.00 4.80 3.66 3.20 0 Q *VO�. REQ�Q. (C.F.) 111.07 60.11 30.65 15.40 � 10 A (FT.) 3.25 1.92 1.75 1.50 o B (FT.) 5.90 5,60 4.25 3.25 z C (FT.) 5.90 5.60 4.25 3.25 w a *VOL. REQ'D. (C.F.) 159.94 86.56 44.13 22.17 12 A (FT.) 4.17 2.42 1.42 1.25 B (FT.) 6.20 6.00 5.54 4.20 C (FT.) 6.20 6.00 5.54 4.20 *VOLUME CA�CULATED ON THE BASIS OF CONCRETE REACTING THRUST ON THE RESPECTIVE BENDS UNDER AN INTERNA� PRESSURE OF 150 PSIG AT THE RATE OF 150 L8. WT. PER CUBIC FEET OF CONCRETE. } E1-20 MATERIAL E2-20 CONSTRUCTION ORT�VORT CITY OF FORT WORTH, TEXAS EXAMPLE A VERTICAL TIE-DOWN BLOCK DATE: FEB. 2009 WTR-010 EXISTING SURFACE BACKFILL AS APPROPRIATE � E1-7 MATERIAL E2-7 CONSTRUCTION , � ' ,' � � •i�"t''.*;;!', �' ', � , ,;..„�;. ;,:�;� ';. x •:�;.:.,:�.;.;.��•��'•�'•.',•i �,•;,,,.�.�. '�i.'�:5' ' . }': ��� •�j.� rl,.ir� f �"� 1��� .^S.,`: �.�.,i,' •�'✓ ;�`.^.": �:5�.' :'. ' ' � • '• ' �. t�: i i.l, �t'"''�'� ;1.i•' '/�, • r' 4y'i; ,j ,!1. `_� �• �• •' • :^. . Y •�1,:�.i•t.iM � ,�;:••1• .��• 'i•� , ��� i .,.� n�Q . '� �,! ' � 'C .'j�. •�:.'h�:.i ' • t j�t �i.�., .,i, O :,w 'Y, '� . Y •�^: ✓:' S��'i•�: �O • �; :\�• (' ��'� � 1'. �Y., 4p'�i ' y•'i i.•,.. 4. ,� t,: . 1rf•�� •R'�� t.t . � � i ,�f�•��' ••?�' a�. ., 1. i ' �� ' � i. ..•: j,� �'!'.)'~�'• �i'..a�.Y'''�w .�:;';Y��•�,�. .�!'.',y:::�::.:x�..��c, i:y.:� �1'�y'',: i'�'y',a�: ..�..._. ').:_.�. ..._.,. . .... ... . . _ . O ' I O O O O 6" MIN. DIMENSION. 6" MAX. FOR PAY PURPOSES WNEN BID PER CUBIC YARD. O 6" MIN. DIMENSION. MAX. FOR PAY PURPOS�S SNALL BE 6" ON MAINS 24" AND SMALLER, 9" ON MAINS 30" ANO LARGER WHEN BID PER CUBIC YARD. U3 4" MIN. DIMENSION. 4" MAX. FOR PAY PURPOSES WHEN BID PER CUBIC YARD. O4 CLASS 'E' (1500 PSI) CONCRETE. CONCRETE ENCASEMENT SHALL STOP 1' EITHER SIDE OF JOINT, AND WHEN ENCASING CONCRETE PRESSURE PIPE, FULL LENGTHS OF PIPE SHALL BE ENCASED, JOINTS EXCLUDED. CITY OF FORT WORTH, TEXAS CONCRETE ENCASEMENT DATE: FEB. 2009 WTR-016 r�nc�-r�e.�n c�i�nrenr =WER LINE � � O VARIABLE TRENCH WIDTH. PIPE LENGTH SHALL BE MEASURED AS STANDARD TRENCH WIDTH, (REF. E2-2.16), PLUS FOUR FEEt (4'). NO JOINTS WILL BE ALLOWED WITHIN THIS DIMENSION. A MINIMUM BEARING OF 24" SHALL 8E REQUIRED ON EACH SIDE OF THE TRENCH. O SEWER �INES LESS THAN TWELVE INCHES (12") IN DIAMETER SHA�� BE REPLACED WITH CLASS 150 CAST IRON PIPE. THE JOINING OF DUCTI�E IRON PIPE WI7H PROTECTOR 401 INTERIOR COATING A.W.W.A. O3 C-900, CONCREI'E PIPE OR SDR-26, AS DIRECTED BY THE ENGINEER, SHALL BE MADE WITH URETHANE OR NEOPRENE COUPLING ASTM C-425 SERIES 300 STAINLESS STEEL COMPRESSION STRAPS OR WITH APPROVED ADAPTORS. O4 THE MINIMUM CLEARANCE OF SEWER TO WATER �INES SHALL BE EIGHTEEN INCHES (18"), E1-7 MATERIAL E2-2 CONSTRUCTION OItT�'VORT CITY OF FORT WORTH, TEXAS DATE: FEe. 2009 SANITARY SEWER PIPE REPLACEMENT WTR-018 a � ~ � � � ' � � i--� � a. � � L� .. O r+) � ��Z p J � � F' z w=w �w� ��� � W U � �� W J J W m L� O � W � W � a 0 w � o � � � U O j_ U / �� � „9 � � Q Q Z � U W � � z S � Z m J � � Z � W Z � - W � va Z W ,.� o� z Q �� m�v �z p�� E- n-�W � J = N d � W �Li ,�_,�o cVw 0 ZI �W`� � _ p w U v�� �"z 0 0 Z S W�� ��� �_ � � W � p � W � m � m � _ " ZQ (n ��S � g''' � U = H � Q Q m � ��t-�-- _�(� 0 W W � i-�Z W W O J m Q J N >(=0 O � z w � w N � O U � Z N � U'1 � N � W p Q S (n � Z � �-O mwW F- J � O�� o- z n-Zo �Q� Q�W J ��f= �w� z J � Otn� w c~.>zm � J � W U � Z�g o�� z oWW m W U` J ��a _ mo�z Z w � aaz� � = W J U N 1- W Z L�J W � V w � � � W Zc �� U �(�WO � � � 0 oZoo Z w W Z � � � � ��W� � U d W W O Q �JF�m ���o m � � H w W � ���0 N � � a (�J�O� O � � O � O o N � m � lWi.. �' W � F- Q � � � d. j1j Q" Z � W (n � W � � V °�U O F- W � z � U � � i/� 1�1 � � O Z O t=- J U Q � � � � IW- Z QO � U N N � N W W W Z Z Q J � � w W � � � ��ncn [+\/[*`T[�RA E1-7 MATERIA� E2-7 CONS7RUCTION ORT�VORT CITY OF FORT WOFtTH, TEXAS DATE: FEB. 2009 CLEANING WYE DETAIL FOR LOOPED AND NON-LOOPED SYSTEM 12" AND UNDER �NTR-023 2. RECONNECT TO EXISTINGVUSING M.J. SLEEVE. 3. AFTER CLEANING WITH PO�Y-PIG, REMOVE CLEANING WYE. ,. �..�,�.�� ,.,.,.. ..,� ,., ,".,.,,,..,� �,.. . ... ......... 2. PLUG 1'HE STRAIGHT RUN OF THE WYE AS SHOWN. 3. AFTER CLEANING WITH POLY-PIG, REMOVE CLEANING WYE. � � � r, � � a 0 C� O J � J �a oz �o �- a �o oN �i 0 z S � � C.� � Z � � �w �� w� J W U . W M � �� u E � � u °a \ � � � op � N � 0�0 � I u _ u ; '� � � � � � M � �- .- d. u z � � ^ U � � W � � � N � u W � � U � Z � �Q W � Q � W a � i z 0 z � 0 � -�E- z Z � O W � • � E - �. � � E (,~j in O��� \ tn N� N� i%I Q.,' N � � d�- � �d � cfl W u u u u � X � m � � �� \ � M .- u � � Z � - W E - � � � � � - � � E U � � � � � � � E � E w � M � N � N t� � a0 � N u u u � u u X � m rn � o N �' O N � m � � � W � H Q 0 � U � �, W H � Q � J {- Q P � � W � a O �M Z O �, o � � � � N W UQ W J i-� U � Fil � a r� � w � Q > MINIMUM 6" INITIAL BACKFILL COVER � � MINIMUM 6" EMBEDMENT TYPE "C" BACKFI�� SEE SPEC. E1-2.4 G.C.D. SAND MATERIAL EMBEDMENT & INITIAI. BACKFILL SEE SPEC. E1-2.3 G.C.D. WATER: SIZES UP TO AND INCLUDING 12" MINIMUM 12" INITIAL BACKFILL COVER FILTER FABRIC— SUPAC—HEAVY GRADE 8NP (UV) OR APPROVED EQUAL. MINIMUM 6" EMBEDMENT TYPE '�C" BACKFILL SEE SPEC, E1-2.4 G.C.D. CRUSHED STONE SEE SPEC. E1-2.3 G.C.D. WATER: SIZES 16" AND LARGER SANITARY SEWER: ALL SIZES SAND GRADATION • LESS THAN 10% PASSING #200 SIEVE • P.I. = 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED 1" 0-10 Y2„ 40-75 3/a'� 55-90 #4 90-100 #8 95-100 �„O,,,R,�T �VORT NOTE: SPECIFICATION REFERENCES ARE FOR WATER AND SANITARY SEWER ONLY. MATERIA� SPECIFICATIONS THE EMBEDMENT AND BACKFI�L DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF E1-2.4(b) AND E1-2.3 OF THE GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WATER DEPARTMENT PROJECTS (G.C.D.) A�L OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. CITY OF FORT WORTH, TEXAS WATER AND SANITARY SEWER EMBEDMENT AND BACKFILL DETAILS DATE: NOV 2010 ►�i�j�:a� � ' EXISTING CURB � I 6 ( TEMP. SERVICE 2" GALV. PIPE I � � TO F.H. OUT�ET FOR TEMP � WATER SUPPLY. . TEMP. SERVICE 2" GALV. PIPE ORT �%RT � � i� �) (� (� �� �) (� o �i --w== Q ��---- - � �r--- � � � ==m==�) z �-J � � Q � � �I � —� z —_ I � ---� cn ,I X W I� �_��__ _ I � Q �I >z � w� � �� w I� p a O (�—_W J�= � �--QJ �_�� �a I� a°� �� m I� �I I� � EXISTING METER VAULT. SEE DETAIL WTR-031 � FOR TEMP. SERVICE ( CONNECTION. TEMP. SERVICE 2" GALV. PIPE � � � SEE DETAI� WTR-032 FOR INTERSECTION CROSSING CITY OF FORT WORTH, TEXAS TYPICAL MAIN BY-PASS LAYOUT EXISTING CURB DATE: FEB. 2009 WTR-030 CUT—OFF N OTE: %a" TUBING � CONTRACTOR SHALL BE REQUIRED TO COVER METER VAULT WITH PROTECTIVE GUARD. 2" GALV. PIPE .:�� �� '. : � -� ,•�;, -�.','., '•i t'r" '' : i•�` . : 'y,. , i,. ;', ; , �} � R ,,; •,� ;�;�� : , . ;' :,i;: t,�•y�.. .., t xa .,! �j� ;/ '���..�'±� ,.....•.��. N. ADAPT AS REQUIRED . ht EXISTING PRIVATE SERVICE TO HOUSE OR BUILDING. N OTE: METER SNAL� BE REMOVED BY THE CONTRACTOR. CONNECTION FROM BY—PASS TO PRIVATE SERVICE SHALL BE MADE BY CONTRACTOR. EXISTING COPPER SERVICE LINE ORT VVORT CITY OF FORT WORTH, TEXAS TEMPORARY SERVICE CONNECTION DATE: FEB. 2009 WTR-031 21" BLl CAP w/ LABEL 1" WIDE REFLEC 1" APA 6" BE� 4"d PVC �.e: ! f �'= d-, � i,: �';_ �������� .�,� -P.. � �� +�� ����t�n[�* r�x�r, rz�su.. �8i7���-4�7�' I�DR 461H L�GC�'i7�f1 PII.I�11B�1 �I'rA�,l t�� ��.�a�� � ��� Mf Cl�It A+iY � t�/ •��<< ,� � � I pF`' `4 �'r:. :� : �'+��r'�t�c��� � Q�' �e a� RM���,r ���i.� {ei'�r����� � �HII� L��Yrttdtl ��� �� �ix'�.��.��aa �,�a� dlilt� � �IAi Fti �4r osamw k;w� � �n� r�:mar��ati �xj�► 4WK�?F YM1q�y1 �[]a �i��r � � ii'�! -+rR B�iiTf qsgf S4�1W �.npua �� e+aa- wa�r a �"`" s���rb�+ � °� BSfsYt! IIs.+3' C�M'��Bi�T ���iu Ea�'�"� ��xwsisier ��;� ��n�� ��� � Pa�IS weLL9mvt �+�N� NOTES: 1. MARKERS SHA�� NOT BE USED FOR 12" AND SMA�LER DIAMETER WATER LINES. 2. PLACEMENT SNALL BE AT EACH RIGHT—OF—WAY CROSSINGS AND MAJOR UTILITY CROSSINGS AS DIRECTED BY THE ENGINEER. ORT vVORT CITY OF FORT WORTH, TEXAS WATER MARKER POLE DAT�: APR. 2010 WTR-034 o � o N N 0 i' � � pi � � � i�i U� t-- Q 0 C f C c L C < i F J Q � Z 0 C� � W O � W � i=- W O � � p O W U U Q W J U d Q W �" � � � Z N mU0 _ N _ _ (n N N a W W LL � � O � � � � O �� Z JZ� _ � X � Q W Q W S C�QH � � � � O W�� J W X Q � � z � O _ � � Q � w � U Z O U r N N � li.. O Z � Q W U J � N _ J � m � � Q � O O W � U � � Z ~ W � J � �- J Q W a�m JW J S J Y O � QZ� m J _ �z�- oo� � �W H ��a W - Q mQ� �-�Q Q � W � J �� � � Z � J � Q-' Q OO VJ � � J J p J lL � LL M H � O �' Z O Q � >-- � H � U � W � H � S � � Z �a � U t+.1 Z � Q� � �� Op U� a cn Zp W ~ m Q U � �- N U � W � d � O � F- � ��O Z � Z�� � O � Z Q � O � � Z W � �� �a� Q � O Q W � � Q. _ � Q Z W O Z � � (j� E- U Q � 0. � � � 1� I'-�I I i-1 I t�:l i v,...: T" .',4" • � ti' ,'�'.: �p `{l's 4 �j. •`.w.��' ,r�I. .�,:;."�:.,.'°i,o; ^�•. ' :' �, r�p: � '1^'�'` tt -,.' :.'p�'. ..:>�: J �, .�j �;� �-�-'n .s'� �:-j~'. '•;+`. � O , r � :::.: I # : A�..� w � ;'�: ?.:o': - � `•,O ` �..'�4. t� � ,� ; . ) � i .t = = i � ,,_ • 4 H`% � '�'.� 3i�`�� .-. _l d- ���Z•• �•` ��� : 1 14� � �i w •� s.4.T�;'.� Q � O :`�,. � 51 � • �� w = z .� : , .. : {; ; � � W .�:.<,• ;� �;:r:�;��: = W � ;°:� ';. L:�:'.i (� Z � .� .. %���`s's : �i!,i,, Z j.:yt.�` , f! W '.3-�' � ''; �;;i� • • :iU�3.; �'; •'• _ �': . , h`.�:,, ,. 1. e s �':,: ;Nll i' .i , � U Q � S � � Z Z W � � (n j W � �,�.:��:�.:�(��`�� •'� ,,�:.\ .�.,): V� �+` 'i'. . - '.'A ,.�;p . �• : � .�.;{; � ' L' .1. :.i• . � ' :'s �t'-��.� . � �:� :.� , � Y � ; . � �e o y :. a '. A:��. �� e,��.:' ��� .,j v ; ,,. z ,�'� �-m� '• ��F- :. X � � �`'F: `• �'. •; ',..'�' W U C� ;,,':: �;� .��`'�ti:'','`,' �,°�r. '�� W C� ~ zw � F-= c� w �Z(n w�m 0 w U � O �- W Z (n W Q � � m � p Q� JN U � �� Q I Y (nU �� � U� Q� � J � J w J Q F- �w O �oz Y w -It�- Q W � �—� Cf] � �.. 1 �' � Q �% m � N = ll1 Z f- U � � _ _ N�.Z � J � O }, Z � � � � mF-Z �m� Iw ��z ma w c�i� ��`-. . � � 2 U F- � � 0 � � w Z � U _ f- 0 W �I.. U w � � W I-=- FW- J � Q U = Z � � U 0 Q � W Q � U W mw Q� � O W � � Z Q O U N N N N N � O � O N � W z � � �� J Q Q W Z �� � O� O ; U U J = �� W � � W � m � S W (n Z Y Q = m~ W � �z • z� O Q 0 � Z _ w c� J � m � z O O (n J LL. W �- = o v�o Z ��O ~ W � J �� �aw ¢�m J W J = J Y O S' Q Z � p�-W J � � z � 0 O � �o� � Ci v� Q W - Q �OQ. WZW mQ� �-�Q Q � w O J ~ � � � � Z � J �� QON z � � J LJi O li. � W Li. !r1 O J W Q U = Z � � �.L� 0 �� W J =a �- � 1- Q UJ W � m � O z � W Q N Q � J W m W � � N U � Z�"� � N W �Qi Z W O 1-�- > � XQ�] w N J J Q � a N (n 1- . I.'-U� N F-- � O � Z O ¢ � F--- � U� � W � � � =o �z �a F- W W Z � Q � � � � O � U � U Q tn zz O W ~ mQ U N � � W � N O� � U p Z � Z � �jF�-U Z � _ O�� J�Z Q 3 O � � � � O Q � U � Z � �- �w � �Q W m �w O � � W W� U U Q Z J 0 � U W � � W W U m � O J Z � � W � N Z QO m z H ~ wZ �j U W Z O W H 0 W � Z o� zp � (_ M J Q Z 0 C�' : � W �� W � � v w o� 0 � w� U U J W �U W�/ � u� �/ W � � m � O U = � Q � � � = Q WN� � O � O� U � � Z J �� Qz� _ � X � Q W C�UFU- zaQ � � � X � w� J W x Q �� d' o � o N N � } � J � � � "') F- � Q 0 W U � w 'MQ �W W ~ W �� U ~ � � �QU a � J Z � �aX � (%� W � Q = U Z ~ W � Z Y� � d W � a a � F�I � o � o M N � J � � � "') W � H Q 0 F f ( t ( ( i { O X � � w � �z WO � (/) O a aQ � C�.� N Z Q � � j S Q - a N � U O Q � �_ � �z z� � X aW U � J a �.. � � � Z � 0 2 N N Q J Q � H Q � W � Q m x J 1i 0 � U ¢ Q. � O c� W U J � lV 2 J � m � Q� Z O O (/) J lL W � = O U �-'- 0 z �W� J � n- J Q W a m JW J S J YO �i Qz� m J _ �z�- � O a � O � � Q C�7 (/� Q �oa pp Q (n r�Q Q �wo J �� � N � � J �� Qo� �Z � J J LJi.. � li. t'') H � O � Z oa � �� H � U � W� �� S � � Z �Q H V � Z � a �, � �� O � U � U Q tn Z p W � m � U �-- u- � U �� � z o� �Q �oz �zo Z � � o�� Q � O d' � Z W � (� ; � a � f- � � Qa WN � = Li.. �a= oaz � � � � � U O G t"� � � � w -i i i=� j;-:•;:;: : � �_� � �_ � ( ��.:.� T' • ' �0�;' .'�. � m � .:=�,` .�:�,� X � � �i.. �i W C� C.� . '� `'::.: ':Q • .6. _•� .O:�V.� !�1:• W � ��.�j� `''� � F- C� W ,,o". .�' � w O � ,:�. �,��r � � . a;_. I t�F ; �; . •i� ;:.� J ..�,, � . � � '- ,o-' �� M ~ � � ' •�' �??`: W � ^��' ;�•� (n (n ' i' I`_ _.'i :i m .� . ':_a;: � ` p � _ � i •�,.; nf �' W ~ �' y ' ���, OWpO ',. ..��� Z�~1- ;r;�i. WQI-Z ;� '=t � W � O �•1 � ���� Q � W !-. ' +'�i��. � U W '' ^''• (n Q ,�, ��z:; (n U J �' .ys.�� QZo_.Q '��+� J O W W fiti J�� C..)U�Z '��; � � � ���'; Z �it. � �.T A i: � • ;y.��� .0 s :� z :.`�; `0"•. � :` : � •{'�Y'.: 'o':tr ''`?`; l!i }•.1;, •� :0 :� 1. .i � '.�"�t. <�'�� _ . I ~ I I n :".�_. � Z O � w � W � U Z O U � Z � N X w 6� J N Q O � W � Q�r. � J � J Q ~ Jw O L� p Y U� W Q W � CO�v �� IW ��Z tn m `t x � �- wcnc J � U I-- O W U = ~' � a v' Q `�' � O Z'y � z li1 Q � z — C.� � � L'- Q � � � � � U � � � W� p W Z C7 >- � _ � U � H C�L'-W O �U p U� z o �� o,� � o �W� �� N 1- � W(�l Z I-S-N J�n- Q� �� � _� Q�m WN OO � �F- J = -� � - N 1- Y O� m j �� � Z� U 07z� -J= �"SW W �� �� Qc� p � o� OOZ�- N� �O � U� (/) U ��°�- Z,. ��' _� aZ � a w W� Q � � W Z � � � Q j O �� W W W� Q U �Q� �� U� U� F-I.i WZW � ZCO Z(n �U � a � � � � � � � d w Z C� (n � Q�Q �� �W �? Z(n � W � z N m � W �� _I�� �p NQ ZC.�) V�Z �(n � F- �- � li1 2 � z O � � O �� 1- m0� �� �W �� Z�� Q�� oz w� oZ �_� o�.� Za Qz zc~n ��� �O-� WW JO WX JOO L��L� �0 Q.0 �W Q'SC) �"' �i Mi V �:�% o � a M N Q i- � J � � � i-' � Q 0 �' WC G � � �a � ~ W Q � O W W I.f� �/ �ZU O O W O W � C� � 0 Z W � a � a 1�1 �,(:--� P(-i=y, ! jl .I I :,, � � � �- � ' �� ,� � `. I „„, � i i ; i. � �- 2 O � UW 2� �o �� 4 O 47 � Q Z � � , � W O � � I �S � N a � � -� o� z� .,`0 4, J � UO Qo z �' w � �� ��C4` W' w 0 � � .� � o� U �. � .o� �� � � U � m J . � Q . : � � �� . � � • �.... `�`, , �d � � . � � . � � � J �I � � I Z O U W W m W W� p�F=-I=- O ,J �Q�d Q�� tn -� v(nZZ 0�0 W ��,�j �-i'" �i?�� � �na Wo�o o �-Z o °"o Z�wo aWwoZcr N� ¢3-i v~ia�¢ w � ��.mU �N�d� �_ �'"Q W -1 W W Q W� I� z � tl� � � � � � � � � � � � � OQZZOW �W Z�afn _ W � CO � m (n N F-- �� W� 3 J U N J � O Q J Wd--�.-���Q��Q UUIiZ �m� �(=/IOp.t=r�'l�m�� a N O O-�WmmQ �ZGI V1�p4'� _ J � s WWQ�Z �+1ZQ ONF'U�O�Op��U�OFN v��a� in�z�z�zWjo r° z z ¢_� � aw w,,�00a�ww��a o�c> Gi �.� I w�v� w�»�x� OOZd'�00��-��C.�(nQWCO Z.- CV � 1 d� U] � m � I in x I O � W N ' m v� I � � Z J X � Q— a 3 a � v3 v� m � O Q � � W � � � � K � tij � U �, � Q � � � r _ I � ma mW � � � � ��- I U � �._, i , � � � � N �Q � a ' lV N"1 I � N � I I �o� � V � Z --� Q > U � � N Z ��8 uZ � � � U ' LL O� U L4i_ — �� (L 310N 33S) Q „� „a� S31LIV� . „s � m �� _ U � . � • N �, w ' O v N • Q i�g � � a. N : .i ' � � I , � a N ~ ( " z I ( ' W I O � � � � a a � N w U �a 0f^� J � N`�+ 3 U Z O � ' L� ' ao m w I � Q in � X a Z � mo a � m �� M � � �� � � a �� Q Q�3 � � � � O � Z (_,� � � UW � � � Z M � w tn�m oz �¢ th � � W � m W oz — F- � �� J m z� � O � � �Q � W Z a 5 z d � J � � U a 0 f- „L O � M � 0 0 N W Q � � Q � ' W Q � `� Z M � �"" U �.1.� � � ( � �o >- � w aa � bo 3� m Z F- � W J - a �-YMUQ � �`>'��} x m � O a0 Y U �O m m � � � � 0 a 0 �- H � " 5 -' Z Z Z - a o Z o � o � F � � J Q N � Q > a � - W �� N O N ~ m �Z� . � tV�U�W �W — _ j,� Z� V l� O OZO � 1 XUWs = i7 �N�N U mJ~ � ri~� Z ���M NUQ � �oa x � F W � O � W � W O N 0.. F- O � m m Z O �"' � W N W �Z J = �i (_� 00 ���8� � � !w-� O � W W N � � r--�' I I �� I I U 0 I � � U � I � � ' � � I IN ( I I I IJQ �I I I 13a II I � �� Q I � � � ��Z I) � I I��W�I I Q � �oocwnz� �� Q � � I� � � � � „£ —� S I .T �-. I _ _ I �" I z .W Q � �o � � U I I I I � � I � � � � I � � � � I� � � � I � � I I I � �. I I I I ( I I I I I I ' � I I W I I Up I "J I OO � m � W � � F- > U � U � W � C.� p�F- � O QO� U Cw.9 �Uw �`- w � m O � •,�j ; Q W � '� W . (n Z ' L �� Q � r: m O �';, � (p �' n' N � v • �� .: J�', �, ..`:.. „Ll � 0 0 N � W O O � O Q � � �lj (n�Z Q Z � �`=JZtil � O Q�ZO � UjW � OW-U j JN W Q��Q� Q� cn v~i���a- wZ > o � �z � �i--�z'o � wo f--O�Jr Z JN Li..r�� W QZ W OU� a�p� ��tnQ OQ=O �� (�Z��Z�� p�F� zOl�� J N W wS J� O� _I'- U F- : L� _ Q J�W OOZ U � I--WWON`'S�� J W Z�W Q O N J Z � ~ Z � Q O p~ O j Q Z� W � � Z = J � a mWZ�I-3�Z �C��p W QO� oow>zwoZw � Z W Z W O W W�� �`'o�v,�mc�Noa 0 Z .= N tM J W � Z J � O � O W �, � O U J LL Q Z (O � J J O � Q Q � (n 'S � J a � YCO m�W V = J Sp ��Z �- 00 0 �? o �:� ,.t...�r: ;�,; t �; Q Q •.'v. ,. � Z s-- „g '��'� I ;�,', M � ti .� �'F)'� � , W i<:.;�:; r . "..,': ��r vi ('NIW) ��� O i i� m � � U l� � d O � I 0 N -� . � � � W % z O F= i w J W „9 „L —� O M � 2" (TYP.) --' 1 � 2" (TYP.) � 10'-3" (FOR 10' INLET) 2" (TYP.) 2" x 8" x 10�-3" WOOD PLANKS ��-2 Y4" SPACE �--•— 2' (TYP.) A � � ' N 2" x 4° x 1'-11° WOOD TIES (TYP. 2) 2�� x 8" x 2'-3" WOOD TIES B (TYP. 3) 0 �•�� i� �_ 2,� 2"x8"x10'-3" WOOD PLANKS 2"x8"x2'-3" 2"x4"x1'-11„ � WOOD TIES WOOD 71ES � 2 (T�� 3) (7YP. 2) 4'-9 �'a" �,� 7 10'-�„ 2" x 8" WOOD PLANK Z �_ _�.� ao M �� ��� L � N ¢� �--�\ '� I v~i o I U wo � � o � z�� x $�, 00 I � WOOD TIE a Q � � 2" x 4•� � � o WOOD TIE U 1" x 4" KEYWAY 2�_p^ (TYP. 4) SECTION B-B �•1�► : : BEND REINFORCING BARS DOWN TO NOLD WOOD GRATE IN PLACE NOTES: 1. THE TWO-STAGE CONSTRUCTION SHALL BE USED WHEN DENOTED ON THE PROJECT PLANS, OR WHEN DIR�CTED BY THE ENGINEER. THIS SHALL BE A Yz" SUBSIDIARY ITEM TO THE PROJECT CONTRACT, 2. THE WOOD GRATE SHALL BE MADE OF NEW, N0, 2 YELLOW PINE LUMBER, OR MATERIAL APPROVED BY 7HE ENGINE�R. ROUGH LUMBER MAY BE USED. 3. THE 2" x 4" WOOD TIES SHALL BE CONNECTED TO EACH PLANK WITH (4) 16d NAILS, THE 2 x 8 WOOD TIES SHALL BE CONNECTED TO EACH PLANK WITH AT LEAST FOUR 16d NAILS. ALL NAILS TO BE CEMENT COATED, 4. THE REINF'ORCING STEEL USED FOR THE FIRST STAGE SHALL BE BIL�ET-ST�EL DEFORMED BARS, INTERMEDIATE GRADE, ASTM DESIGNA710N A-15-57T. 5. SEE STANDARD INLET CONSTRUCTION DETAIL FOR FINISHED INLE7 DETAILS (SD--001). REVISED DATE: 11-2009 ORTWORT C1TY OF FORT WORTH, TEXAS TWO-STAGE CONSTRUCTED CURB INLET DATE: 06-2007 C��IE a � a z 0 � � w � s .� ) J Q _F _Z w �w � �'- ,� C = ] V � �� 'Q � m � �1 'Q'O �� �Q „0-,l + : a (3dld 3�2�b'�) "a'0 M y- �� MANHOLE FRAME & COVER SHOWN, (NEENAH R-1688 OR EQUAL 280 LBS.) FOR INLET, COVER MAY BE 20" (NEENAH R-1737 OR EQUAL, 185 LBS.) � �4 �� ., � a, ,. �4 � SECTION C-C ORT�OR'1' r� Y4' CORRUGATION CITY OF FORT WORTH, TEXAS .�� �'. DATE: 06-2007 STANDARD CAST IRON FRAME & COVER � SD-012 24" � v I_ � � � �'a �� 5 ��, ^ � ��.° J � �� � - � I l6 �„ I � \ SECTION B-B � ' �� � ► : ►� 4 3/a' 22 Yz' 4 3/4' 32" I � � Q z T 0 U W � � � � ( „G � � Q� I,Z� g I ',i� ti I I � I I I � w 5 z a � � a � ( � � � � � � � � � � � � � � � , 4� , Z� .� --� �;� „s ¢ —•�—� „�f � t-i . �,� I a Q z � o v � � �� � r--I wE--�-�-r � > 0 �Q � Z� . �o� WW oZ � a�W ZmW ��� mm � 0 Z #4 BAR (SEE NOTE) ;EINFORCEMENT FOR �ETE PLUG LENGTH OF PIPE GROOVE ORT'�VORT REINFORCEMENT FOR CONCF�ETE PLUG PIPE SIZE REINFORCED DISTANCE 5 BAR C-C 18"-33" #2 12" BOTH WAYS 1/2 T 36"-54" #3 12" BOTH WAYS 1/3 T 60"-84" #4 12" 80TH WAYS 1/4 T NOTE: STEEL HANDLE FOR REINFORC�D CONCRETE PIPE PLUG SHAL� 8E LOCATED 1/4 I.D. ABOVE CENTER POINT OF PLUG. TWO STEEL HANDLES WILL BE REQUIRED ON PLUGS OF 36" PIPES OR LARGER AND SHALL BE PLACED 1/4 I.D. APART AND 1/4 I.D. ABOVE CEN7ER OF PLUG. CITY OF FOR7 WORTH, TEXAS REINFORCED CONCRETE PIPE PLUG DATE: 06-2007 SD-014 4' � 12„ 4��� } � ____� 4 � s ` 61„ 2 3" 3 rO�eC� Itl � 4� 81„ 2 3" 12�� 21„ 2 12�� 1 �" 2 11" 2 R1" TYP. � 1 �� � Fundln g Confiractor: Contractor's Name =Questions on this Project Cail:= (817) 392 - XXXX After Hours Call: (817) 392 - XXXX FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH - PMS 288 - BLUE LONGHORN LOGO - PMS 725 - BROWN LETTERING - PMS 288 - BLUE BACKGROUND - WHITE BORDER-BLUE �� 1,� 2 11" 2 ,,, 1 �� 22�� NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION" / LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCAST�R AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN CITY OF FORT WORTH - CONSTRUCTION STANDARD DRAWING NO. 1 - H DATE: � � „£ l SEE NOTE GENERAL NOiES; 1. CONCRETE PIPE SHOULD BE INSTALLED IN ACCORDANCE 1M7H ASTM Ct479. STANDARD 'IRENCH INSTALLA�ION SHOWS 1HE BASIC PIPE AND SOIL TERMINOLOGY� 2. SELECT MA'TERIAL FROM THE TRENCH EXCAVATION MAY BE USED ABOVE TNE PIPE SPRINGLINE IN LIEU OF CATEGORY 1, II, OR 11� SOILS PER STANDARD TRENCH INSTALLATION. 3. INSTAIIATION TYPE 3 N1LL APPLY FOR CONCRETE PIPE. AT 7NE ENGINEER'S DISCRETtON, INSTALLATION TYPES 1 AND 2 MAY BE USED. SPRINGUNE OVERFlLI OR BACKFlL� CATEGORY I, II, III H OR (SElECT MATERIAL) � � BEDDING � �iG��l/ I ���`v�,'�,l��cC� / yJ �0�3 MIDDLE BEDDING LOOSELY OUTER BEDDING MATERIAL AND -� -�-I PLACED UNCOMPACTED COMPAC710N EACH SIDE, SAME BEDDING REQUIREMENTS AS NAUNCH �� FOUNDATION STANDARD TRENCH INSTALLATION NOTE 1: CLEARANCE BETWEEN PIPE AND 7RENCH WALL SHALL BE ADEQUA7E TO ENABLE SPECIFlC COMPACTtON, BUT NOT LESS THAN Do/6. EQUIVALENT USCS AND AASHTO SOIL CLASSIFlCAlIONS FOR SOIL DESIGNATtONS SOILS AND MINIUMUM COMPAC110N REOUIRMEN7S INSTALIAiION BEDDING HAUNCH AND TYPE THICKNESS OUTER BEDDING TYPE 1 Da 24 MINIMUM, NOT 95% CAiEGORY I LE S THAN 3 IN. IF ROCK FOUNDATION, USE Do/12 MINUIMUM, NOT LESS THAN 6 IN. TYPE 2 Do124 MINIMUM, NOT 90:G CAlEGORY I LE�S THAN 3 IN. OR IF ROCK FOUNDAiION, USE 95% CATEGORY II Do112 MINUIlAUM, NOT LEsS THAN 6' IN TYPE 3 Do /24 MINIMUM, NOT 85� CAiEGORY 1, LESS 7HAN 3 IN. 80R CAiEGORY II, IF OCK FOUNDAl70N, USE OR Do 12 MINUIMUM, NOT 95% CAIEGORY III LE S iHAN 6 IN. REPRESENTATIVE SOIL TYPES PERCENT COMPACTION SIDD SOIL USCS AASHTO STANDARD MODIFIED PROCTOR PROCTOR GRAVELLY SW, SP, At, A3 100 95 SAND GW, GP 95 90 (CATEGORY I) 90 85 85 85 SANDY SILT GM, SM, ML, A2, A4 100 95 (CATEGORY II) dc ALSO GC, SC 95 90 N7TH LESS 7HAN 90 85 20R PASSING 85 85 �/200 SIEVE SILTY CLAY C4 MH, A5, A6 100 90 (CAiEGORY III) GC, SC 95 85 85 75 * COMPARES EQUIVALENT COMPACTIONS OF STANDARD AND MODIFIED PROCTORS NOTES: �, COMPACitON AND SOIL SYMBOLS, 1HAT IS, 95% CATEGORY I, REFERS TO CATEGORY 1 SOIL MATERIAL WI7N MINIMUM STANDARD PROCTOR COMPACTION OF 95% 2. 41HEN 'IHE 1RENCH N1DTH SPECIFIED MUST BE EXCEDDED, THE ENGINEER SHALL BE NOitFlED, 3. SOII IN BEDDING AND HAUNCH ZONES SHALL BE COMPACIED TO AT LEAS7 iHE SAIAE COMPACTION AS SPECIFlED FOR THE MAJORITY OF SOIL IN 'fHE BACKFlLL ZONE. 4. 7HE iRENCH 1MDTH SHALL 8E WIDER THAN SNOWN IF R�QUIRED FOR ADEWATE SPACE TO ATTAIN iHE SPECIFlED COMPACTION IN THE HAUNCH AND BEDDING TONES. 5• REQUIRED BEpDING 'MICKNESS IS THE THICKNESS OF TNE BEODING AFTER THE PLACEMENT OF THE P�PE ON iHE BEDDING AND PRIOR TO PIACEMENT OF THE BACKFlLL. OR.TWORT CITY OF FORT WOR7H, TEXAS REINFURCED CONCRETE PIPE TRENCH INSTALLATION DETAIL DATE: 09-2010 SD-025 t r � �._ i >. c r�o 'i- L om TC C UCl �L7 °a*+ z° v°- ,t� M-c u •- c aa•- + NN- UC' o�u � aLu �cE '� � c CNC a� o u W�* o- o�xu �ti� r + t L i � +-dc T I�q C nv� G34 �d on� Pl.t NQ5 T1 0 04 Gw°-i �- a ��� aoi x� t~� �a1 v�! w�E� � Ol N i Q L._., U~01 in c 4 O Y� 2' strip if cut throuqh T YP E 7 S�tl�Wa�k 5' M'n ROi"p 8 Otherw�serpioce tletectobieth. 3i S. warning an the entire surface �o S" �0• M;n of cut through. ref%� fo,,o�a, o�Paymenis �pndi�9 O C��pi,>9 R�'O g.3� Ranp Limits O `gP withncrosswaakollel TYPE 1 �... � r °ew Z—�„Mo� � of Payment u�^ S a,oQ °jk w a�ed 5 yjnv jO1h . Q� ��. S�ondt�9 � Ramp Limits Ao,ay ����o��. of Payment w, ss� e 4,� 5 � M�n �yq F-��OrB � �� y�Zi M� Cross slope not Yo 5' M`� � Ranp Limits Curb details ore of Payment show� elsewhere exceed 2% on any in the plans. � portion of r«np or TYPE 20 'TYPE 21 transition to street. s; S�� 2yk �.-e � P,�n� R a' CURB RAMPS AT MED I AN I SLANDS F �� p ��di� � W I �thV � DIRECTIONAL RAMP WITHIN RADIUS (Sidewoik set back from curb) Plonting or other TYPE 1� 5� ifndropoff9isu�otCe S�dewolk protectetl ' TYPE 8 � 5'Xred 3/ ; PERPENDICULAR CURB RAMP t,sond�^o Rur�o� Ramp Limits tond� 5'x 5' g,3� of Payment �g Rar�i Limits Landing RpmP ; of Poyment � 2� Y.= i 4' Ranp `�' c ...� , P� 'ti�' ' P i ont i ng or other non- W i dth � F � ��oy�o`�/� ; , walking surface if dropoff �. 4 Moneuverinq �ore f • is not protected �.� � Space 4'x 4' ' o� i:� > TYPE 2 5' �5U �/ r..� cross s�ope not to m` > Curb Rom Romp limfts i Z� Mo � a P exceed 2% on ony ' a� / 2' min. run at B.3% of Poyment S� � � � ��ansition to st�eet. � s�� ��n sidewa�k TYPE 3 4• > 5, Min � ��. . 8.3Y. �ondSn9 R�p w�tlthO . RomC ,;�, � ` � Planting or otner non- DIRECTIONAL RAMP WITHIN RADIUS . � ��,,y'"��, walking surface if dropoff (SidEWdlk odjacent 1'O CUI'b) � � DIAGONAL CURB RAMP tFLARED SIDES) is not protected \ � Romp Limits r � of Payment � Min. 2' toper to existing Ramp � hitn side TYPE 6 0 or proposed sidewolk � 0 Shored Flare = Romp Llmits 7. landing 5' Min � PARALLEL CURB RAMP of Poyment � ' ' \?, Romp Limits t (Use on i where water w i l l not ond i n the l and i n.) of Poyment :�� :�. �` y P 9 8.3i Shored TYPE 5 �2y ""'� Londi�g �:PS ��• Curb � 8.3% n> Sidewolk .� o� � ..s— : � Wolking � , Ramp � �`� � + � Surface Sidewalk � o � � �~ � r ,�' ' � 1 O g� , j i�v� 8. 3'/, � • c a . t � ' �r v� � R�P .. TYPE 4 � 4• R«�p 0 Y� Widih Ramp Lim(ts ��, ` of Poyment TYPE 1 1 ttamp � imi ts �iQ� � � F LUSH L ANO I NG COMB I NAT I ON CURB RAMPS of Payment � OFFSET PARAL.LE1. CURB RAMP ha o +ote�� �� 2' min. run � y��o�'° _�; � TYPE 9 s�x 5� c� Flore TYPE 22 NOTES: ' �y'' �cq�` CROSSMA�K �onding ��<` g.3� See Generoi Notes $HEET 1 OF 4 ,^i,�/ i�� Ranp limtts R� on sheet 2 of 4 for %P /J-1��eP i of Poyment / p more information. �%xos Deporlmentof Tronsporfatlon � \o<e o��h? + � Daslgn Dlvlslon StonGord � Denotes pianting Sidewaik \?. F �� p�� 4' Romp / of P yments �or non-woiking � ♦ � width Flore v surface. �3�,' Moneuvering PEDESTR I AN FAC I L I T I ES ry 2. 5'x 5' cMiN �`� � � �� Spoce 4�x 4� Rom/ Shored Landing CURB RAMPS � , � i P N u� •E S i dewo I k � J � � y , Fiare ( Flare PE���S 2' min, curb allgned with 8.3% ( Stop Bar FitE� D I AGONAL COMB I NAT I ON CURB RAMP crosswa � k p o r>edos� don oN� rxooT �R� EH o�� BD c�� ROrt1 C TxDOi Morch 2002 coxt secr dos xicxenr � PEV[SIONS Perpendicu►ar to the Tangent o� the Curb DIAGONAL CURB RAMP iRE7URNED CURB) COMBINATION ISLAND RAMPS W �IST [IXM77 SHEET N0. -� Radius and Contained in Crosswalk LL AP-2 Trafiic Control CITY OF FORT WORTH 2O07 CRITICAL CAPTTAL PROJECT, COUNCIL DISTRICT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GROUP 2A & GROUP 2B 2BRevised July l, 2011 CITY PROJECT # 00951 & 00952 "GEiV�RAL NOTES" • � 1. Alf channelizing devices shall be in accordance wifh the current edition of the Texas Manual on Uniform Traffic Cantro! Devices, � 2. All Traffic Confrol Devices shall have working visib(e warning lights as required in accordance with the current edition of TMUTCD. 3. �or �'emporaN Situations, when it is not feasible to remove and restore pavement markings, channelization must be made dominant by using a very close deviee spacing. This is especialiy imporkant in locations of conflicting information, such as where traffic is direcied over a double yeiiow centeriine: (n such focations, channelizing device spacfng of 10 feet is required. � . ' 4. For Lon� i�rm Stationary work, all conflicting pavement markings must be removed and centerline striping provided where two way traffic is in adjacent lanes. 5. Contractor shall provide sidewalk closure, crosswaik closure and/or walkway bypass wherever pedestrian movements are affecfed by construction activities. Al( sidewalks and crdsswaiks shali be accessible when contractor is not working unless ofherwis� apprnved by the City Traffic �ngineer. 6. The use of trailer mounted ARROW D!S}'I.AYS may be required on all lane ciosures. The contractor shal( provide one (1) stand-by unit in good working condition at the jab sife, ready for use, if his operatian requires 24-hour a day closure set-ups and if reguired, 7, City Tra�ic Engineer andlor Inspeciors may require additional tra�c control devices, � Pasted � Speed Formula* MPH 30 35 L=WS2 60 40 45 7YPICAI� TRANSITlON L�NGTHS AND SUGGESTED MAXIMUM SPACING O�' DEVICES Minimum Desirable iaper ' Suggested Maximum Devfce Len ths L�eet S acin ' �0' 11' 12' On a Taper On a.7angent Lane . Lane Lane (�eet) (Feet) �ffset Offset Offset ' 150 165 �80 30 60-75 205 225 245 265 295 320 450 495 540 50 ��WS 500 550 600 •L= Taper fength In feet W= Width of offsel in feet No#e; Buffer Zon� wiii be 25 feet (maximum). 35 40 .45 50 S= Posted speed 70-90 80-'I DO 90-� 1 Q 100-12 L�G�ND Ghannelizing devEces Trailer mounted arrow display •, (�� Flagger GJ �� Barrfcade Suggested Sign Spacinc,�(Feet) ,�x�, Dimension �zo 160 240 320 400 ' � ROAD WORK AHEAO 'J O N N z. a J d END ROAO VJORK � eNo ROAD WORK .f3. 0 0 0 i � Q O h'1 S ' ¢ � . w W � z `` o m N . f� J > M 0 � 0 • 0 o ' x .�."'""_---- rn c C L 3 ROAD W OF2K � AHEAO U C a > v ¢ o This plan is submitted for TCP. I certify this plan will be used for the following locotion(s)� � , > i ond that ali chonnelizing devices wiil conform to "General Notes" as shown on the back. , ii.i 0 5ignoture� Date; c�rY OF FORT WORTH TYPICAL T.WO WAY STREET - SPEED LIMI7 3� MPH OR LESS TRANSPORTATION INTERMEDIATE TERM - OVERNIGHT TO 3 DAYS AND Note: . F'LAN "220 C" PUBLIC WORKS See reverse side for Generol Notes ond Device Spocin ROAD WORK AHEAO ONE LAN ROAD AHE AD Fiagger $" '� � � I !—' 0 0 � a a a .tl 0 la a o_ 0 0 Ic a 0 0 P O O 0 I o 0 0 : �a 0 0 0 I � � 2 Flaggers required wheneve opposing traffic require.d to; use same iane. �, Floggers sholl be in constant �' rodio contact. No congregrating oround d flogger stotions. a Flagger stotions must be lighted at night. FtOADNWORK \ � v � � � �� END ROAD WORK xQ aW o� �a � W W IL Z �+. O � N m Z X � � F- w � � O 0 u� X X Plogger Required On Collector/Residential Streets. Additional Floggers Moy; 8e Required Depending On Field Conditions. oNe ��+� � ROAD AHEPD aono WORK AHEAD O O • � ,� This plon is submitted for TCP. i certify this pian will be used for the following location(s)� � � , � Qand that all channelizing devices will conform to "General Notes" os shown on the bock. 0 Signoture� � Date�� � CITY oF FORT WORTH TYPICAL � TWO WAY STREET LANE CLOSURE TRANSPORTATION Note� AND PUBLIC WORKS See reverse side for Generol Notes and Device S ocin P L AN �� 2 2��� �� � C N "Tl O � m <r . � cD w �- ¢ 0 � I END ROAO WORK Q RIGHT LANE CLOSED �� rn C C L O 3 m U C A > a ¢ ROAo WDRK ...— AHEAD � �.� � c 0 0 0 I o 0 0 0 / lo 'o 0 /� o ii a lo u° 0 0 . o . o 0 I �0 00 ,' ( o 0 0 � � I END ROAp WORK �� �O�OOO Ar��M �AA� 1� ���'0 L1�1$ os 4� �� � e���v�� RIGHT � LANE ' CLDSEO � ROAO WORK AHEAO .tZ 7his plan is submitted for 7CP. I cert�fy this plan will be used for the folling location(s): / ' / and that all channeliz�ng devices will conform to 'Gener�l Notes' as shown on the back. Signature: Date CIiY OF FORT 4JOR1'H TYPICAL ONE WAY STREET ONE RIG�IT LANE CLOSURE . TRANSPORTATION � AND N°tg: PLAN 12iR PUBLIC WORKS see reverse sioe for Ger.er�l Notes and Oev�ce Spacing x � END ROAD WORK I END ROAp WORK � � ( Q.� D � � O m � � � ¢���c�o � � At��3t� �Da�D IF �'EED LIMI� N �t IS �� @�aa � Crsa�A�E� o � , LEF7 ; �ANE CI,OSEO � ; r rn c c" � 0 3 X � u c 9 v a ROAn .WORK AHEAD m � � w � ¢ 0 0 0 0 o �0 0 ,� o 0 o � � 0 0 0 0 o ' OOOo o I ' 0 o I0 0 � � I �'� l.EF7� • LANE'� . CLOSEO Q ' ROAD WORK " AHEAD .Q.. :v,::,,.. 7his plan is subm�tted for TCP, 1 certif y this plan will be used for the foll�ng location(s): i � and that all channeliztng devices will conform to 'General Notes' as shown on the back. Signature: Date CITY OF FORT WO�TH � TYPICAL ONE WAY STREET ONE LE�'T LANE CLOSURE TRAN5PORTATION AND Note:� PL AN 121L See reverse stde for General Notes and Device Spac�ng PUBLIC WORKS � �I v� � 3mN taaais i � � �—_ �'1�h STRCET Ili1l` � � \ alaua j� o � . � �� g i � ¢ J 4 U RO1D CLOSED � ' - AHEPD � OE70UR N1EAD X � r(j a� -P � I' 7mN t37atc +� o �7 x ✓ � ��UG � N '� ' � W � r- w w � r- � lJ ENO DETOUR Y � , � � ��dtddt ntrv+t 01 03501) QrOtl � ROAD CI.OSED ROAD CLOSED � �r � N m � W � ' = z � � STflCET HPII[ x� f.. OEtOtW W � W ,�, . � F- N � ,� `? X �. u DETOUR f' � PHEAD EHO � OETOUR � ROAD CL05E0 WiEDD This plan is submitted for TCP. I certify this pian wiii be used for the foliowing loca ion(s)� . , 0 M � - __ � � and that all channelizing devices will conform to "Generol Notes" as shown on the bock, w ' � . o Signature� Date� CITY OF FORT WOR1'H �'ULL STREET CLOSURE DETOUR TRANSPORTATION ' ANo Note� P L AN "F -1" PUBLIC WORKS �ze rev'erse side for GeneralNotes and Device S ocin � � N � Q J a ��� � � enotao x w � � '� z anoi3a �+nN i37ais r— X W � � � � � ��� o, oasoia woa � � `i' ROAD �CLOSED , Qtl3Hd 03501� � • o.oa r ROAD CIOSED � i� ENO DETOUR W ¢ ' Z I �- W W � F N � 4 END pETOUR � 3 � � ^ W o (j , -I ' �� �g � Z C � � 0 � � enouo y / � 3M'N 133tl1S � � �/ ' . � 4 1 � StNEE117A1L OETOVR � � � � o � �� 1 . �_� m � x SiFEEI NiuE ' DETOUR � � � U x , DETOUR AHEAO � � � �~, �_ I I I I • ROAD CLOSEP ANE.�D 0 1'his plon is submitEed for TCP. I certify thi plan will be used for the following location(s)� � N O � � � and that all channelizing devices will conform to "General Notes" os shown on the back. i� i— . o Signoture� Date� ' CITY OF FORT WORTH FULL STREET CLOSURE DETOUR TRANSPORTATION AND Note� t PUBL.IC WORKS See reverse side for GenerolNotes ond Device S acin PLAN ��F'2�� i 0 0 a �o 0 0 1PJ FEET o �MIN.� o I o . 0 0 0 . I , o o -- 0 0 0 0 ' o ,o I� o . o . a 0 m m N N � ¢ J � I � ¢ o a 3 ¢ W (.t_ W LL Z � O X z Q � � E— F— w w w W � � � � � � � ROAD WORK AHEAD m N This plan is submitted for TCP. I certify this plan will be used for the folling locationis): � M � � \ u' and that all channelizing devices will conform to "General Notes' as shown on the back. w r— • 0 5ignature: Date ' � CITY OF FORT WORTH TRANSPORTATION AND I PUBLIC !�lORKS TMU7C0 Ftgure TA-3,4 & 6 TYPICAL TWO WAY STREET - SPEED LIMIT 3� MPH OR LESS SHORT TERM STATIONARY - 12 NR5 OR LESS � DAYTIME ONLY oie: � See reverse side for General Notes �nd Device Spacing PL A N n2 2� B�